Servicing Security Systems Installed at Fisheries and Oceans Canada Buildings in Ottawa

Solicitation number FP802-140036

Publication date

Closing date and time 2014/07/24 11:00 EDT

Last amendment date


    Description
    Solicitation #: FP802-140036 Closing Date: July 22, 2014 Time: 11:00am
    
    This requirement is for the department of Fisheries and Oceans Canada.
    
    Title:
    SERVICING SECURITY SYSTEMS INSTALLED AT FISHERIES AND OCEANS
    CANADA BUILDINGS IN OTTAWA
    
    Introduction:
    Fisheries and Oceans Canada (DFO) has several security systems presently in place at 200 Kent St.,
    222 Queen St. and 200 Elgin St. Throughout these buildings, DFO has installed card access readers
    including related door hardware to protect various operational and security zones. These security
    systems include but are not limited to; card access system, video surveillance system, intrusion
    alarms.
    
    The NCR Security, Safety and Emergency Services (SSES) has a requirement for specific
    maintenance services on existing Access Control Systems located at 200 Kent St., 200 Elgin St., and
    222 Queen St. (Ottawa). This requirement for services will be on an as and when requested basis for
    inspection and maintenance services, off site monitoring and replacement or repair services for the
    software and hardware of the departments Electronic Card Access
    System, Closed Circuit Camera System, Motion Detection Alarm System and consisting of
    peripheral devices listed in Annex A. The hardware is supported by Keyscan Software. The
    DFO is anticipating an update or replacement of the system within the next five year which may
    impact this contract.
    
    Objectives of the Requirement:
    The main objective is to obtain a multiyear maintenance service agreement for DFO’s integrated
    security systems in the NCR from a service provider who can respond to service request in a timely
    manner at the lowest cost in the interest of the department and Canadian taxpayers.
    Inspection and Maintenance
    
    The contractor shall:
    
    1)Within one week after commencement of contract, submit in writing a detailed
    schedule for the preventative maintenance of the system for the duration of the
    contract based on the department's preventative maintenance requirements described
    in Annex B.
    
    2) Verify that all equipment and software are operational and maintained as per
    manufacturer's specifications and department's requirement by:
    i) Cleaning, inspecting and verifying the operation of all access control
    system, to include the Uninterrupted Power Supply (UPS), repairing or
    changing batteries when warranted;
    ii) Maintain the computer system and supporting software in operational order
    iii) Advising the Project Manager whenever the Keyscan operation system
    including peripheral devices requires upgrades and upon the Project
    Manager's approval, providing and installing required upgrades.
    iv) Any upgrades of the software system will require the contractor to provide
    training to DFO operational personnel on the changes.
    
    3) Maintain and update the Security System Information Register with any changes,
    additions, deletions, inspections to the access control system on an on-going basis, to
    include the Electronic Card Access System, Closed Circuit Camera System and
    Monitoring Control System and peripheral devices;
    
    4) Provide 24/7 dispatching services for minor repairs within 4 hours of the reported
    problem
    
    5) Provide 24/7 dispatching services by qualified technician for any failure of access
    control system within 3 hours of the report problem
    
    6) Provide 24/7 dispatching services by qualified technician for any major failure of
    access control system within 2 hours of the report problem
    
    7) Provide written reports detailing the work done after every reported service
    problem
    
    8) Maintain and monitor the service ability of the closed-circuit television (CCTV)
    systems at all three locations, 200 Kent St., 222 Queen St. and 200 Elgin St.
    
    9) Maintain a suitable store of replacement parts for the equipment list in Annex A.
    Off-Site Monitoring Services
    The Contractor shall provide off-site monitoring services on existing and new motion
    detected alarms at all three locations, 200 Elgin, 222 Queen and 200 Kent Street and provide
    status reports upon request.
    Special Operations - "As and when requested work"
    
    The Contractor must:
    1) Provide and replace all necessary parts and labour required to maintain the proper
    functionality of the access control system, All parts and components must be new; no
    reconditioned/rebuilt parts will be accepted.
    
    2) Install strikes to current installation and to fit in existing or newly installed door
    cut-outs
    
    3) Install purchased equipment as requested,
    
    4) Prior to installing new equipment, provide quotes for parts and labour to the
    Project Manager for approval, the contractor will be responsible for all warranty
    repairs and replacement for equipment purchased through them,
    
    5) Contractor is to provide all reports to the Project Manager in the format prescribed
    by the Project Manager
    
    Enquiries regarding this RFP requirement are to be submitted in writing to the following:
    Jianna-Lee Zomer
    Contracting Officer,
    Department of Fisheries and Oceans
    Station 9W071, 200 Kent Street
    Ottawa, Ontario,
    K1A 0E6
    Tel: (613) 993-1550
    Fax: (613) 991-1297
    Email: jianna-lee.zomer@dfo-mpo.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Atlantic Procurement Agreement
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • 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
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Contracting authority
    Jianna-Lee Zomer
    Phone
    (613) 993-4484
    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
    English
    7
    English
    6
    French
    3
    French
    1
    English
    10
    French
    3
    English
    8
    French
    2
    English
    7
    French
    2
    English
    4
    French
    4
    English
    17
    French
    10
    000
    English
    61
    000
    French
    14

    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
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding

    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: