Standing Offer for Building Automated Control and Delta Direct Digital Control Service and Repair at the Pacific Biological Station Nanaimo.
Solicitation number F5211-160059
Publication date
Closing date and time 2015/12/21 13:00 EST
Last amendment date
Description
REQUEST FOR STANDING OFFER
Solicitation # : F5211-160059
Closing Date : December 21, 2015
Closing Time : 2:00 PM (Atlantic Standard Time)
This requirement is for the Department of Fisheries and Oceans (DFO).
Title: Standing Offer for Building Automated Control and Delta Direct Digital Control Service and Repair at the Pacific Biological Station Nanaimo.
OBJECTIVES OF THE REQUIREMENT
To provide the full range of optimization, programming, repair, and service of control system components and systems. To ensure that the most efficient and reliable operation of the Delta Digital Control (DDC) is maintained to meet program and building system requirements.
BACKGROUND
The Pacific Biological Station is a renowned centre for scientific research encompassing several facilities including laboratories, aquaculture buildings, cold rooms, computer networks, ammonia chiller plant, library, and warehouse spaces. The complex is situated on a 14 acre site with primary office facilities consisting of an 1828 m2 four storey building and a 935 m2 three storey building. The site also has a four storey 5714 m2 laboratory wing and separate single storey 650 m2 aquaculture building. Subsidiary buildings include a salt water pump house supplying research sea water at flows up to 600 GPM, an ammonia chiller plant building, and out buildings of 13,234 m2 total area. Refrigeration facilities include an industrial 816kW ammonia chiller plant, walk-in freezer storage rooms, cold rooms, ultra-cold freezers, and commercial refrigerators. Air conditioning units are primarily air source heat pumps and multiple roof top units. All building HVAC and program process systems are controlled and monitored by a proprietary Delta DDC system. This proprietary system is solely serviced by a service provider authorized by Delta Controls Ltd. The DDC system consists of control panels, processors, displays, actuators, Building Automated Control Network (BACNET), programming, and various sensors. All Delta DDC components work within an automated network to monitor and adjust building ventilation and heating systems, ammonia refrigeration systems, and process systems for science programs.
OPTIONAL SITE VISIT
It is recommended that the Offeror or a representative of the Offeror visit the work site. Arrangements have been made for the site visit to be held at the Pacific Biological Station Nanaimo, 3190 Hammond Bay Road, Nanaimo B.C. V9T 6N7 on 24th November 2015 The site visit will begin at 10:00 am PST in the Taylor Building Breezeway.
Personnel security screening is required prior to gaining authorized access tosites. The Offeror’s Company Security Officer (CSO) must ensure that their representative(s) hold a valid security clearance at the required level for the site visit. Failure to comply with the security requirements will result in the representative(s) being denied access to the site.
Offerors must communicate with the Contracting Authority no later thanthree (3) days prior to the scheduled visitto confirm attendance and provide the name(s) of the person(s) holding a valid security clearance at the required level, who will attend. Offerors who do not confirm attendance and who do not provide the name(s) of the person(s) who will attend as required will not be allowed access to the site. Offerors will be requested to sign an attendance sheet. No alternative appointment will be given to Offerors who do not attend or do not send a representative. Offerors who do not participate in the visit will not be precluded from submitting a bid. Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation.
PERIOD OF STANDING OFFER
The period for making call-ups against the Standing Offer is from February 1 2016 to January 31, 2017, with 3 options to extend the Standing Offer, each for an additional one year period.
ESTIMATED VALUE
The total cost to Her Majesty resulting from call-ups against all Standing Offers shall not exceed $1,400,000.00, HST included for the entire period totalling all standing offers issued including option years.
The number of Standing Offers issued under this RFP shall be one.
SECURITY
The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer/Supply Arrangement, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
The Contractor/Offeror personnel requiring access to PROTECTED information, assets or sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC.
MANDATORY REQUIREMENTS
Offers will be evaluated in accordance with the mandatory evaluation criteria as detailed herein. Offerors’ offers must clearly demonstrate that they meet all Mandatory Requirements for the offer to be considered for further evaluation. Offers not meeting the mandatory criteria will be excluded from further consideration.
Mandatory Criteria
M1 The Offeror must include a document detailing its planned approach in order to meet the level of service within the timeframes outlined in Annex A Statement of Work
M2 The Offeror must provide evidence to demonstrate from Proprietary Rights Holder (Delta Controls Ltd.) of authorization to service and repair Delta Control system equipment.* Evidence is considered a signed authorization letter from the Proprietary Rights Holder
M3 The Offeror must provide evidence of five (5) recent cumulative years’ experience and past performance in repair and maintenance services for Digital Control Systems by referencing similar projects/contracts/offer agreements.
M4 The Offeror must be in possession of the required certifications indicated below. It is mandatory that valid copies of the certifications be submitted with the proposal. If not included with the proposal, the bid will be deemed non-responsive.
- WHMIS
- The provincial workers compensation board
M5 The proposed resources must be in possession of the required certifications indicated below. It is mandatory that valid copies of the required certifications for each proposed employee be submitted with the proposal. If not included with the proposal, the bid will be deemed non-responsive.
- A red seal industrial electrician certification and/or,
- Have completed a course of study with diploma/certification/qualification as Industrial Instrumentation & Process Control Technician from a recognized educational institution and/or,
- A combination of both.
Note: If an apprentice electrician is proposed, they must work under the direct supervision of a journeyman red seal electrician.
M6 The Offeror must provide evidence to demonstrate that the service personnel proposed to perform maintenance of Digital Control System equipment have five (5) recent years’ experience and past performance by referencing similar projects/contracts the service personnel have performed satisfactorily.
SELECTION METHOD
The basis of selection is Minimum Point Rating.
Enquiries regarding this RFP requirement are to be submitted in writing to the following:
Jennifer Beamish
Senior Contracting Officer
Materiel and Procurement Services
Fisheries and Oceans Canada
301 Bishop Drive
Fredericton (NB) E3C 2M6
Telephone : (506) 452-3800
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)
-
Canada-Chile Free Trade Agreement (CCFTA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Fisheries and Oceans Canada
- Address
-
200 Kent St, Station 13E228Ottawa, Ontario, K1A 0E6Canada
- Contracting authority
- Beamish, Jennifer
- Phone
- 506-452-3800
- Address
-
301, Bishop DriveFredericton, NB, E3C 2M6CA
Buying organization(s)
- Organization
-
Fisheries and Oceans Canada
- Address
-
200 Kent St, Station 13E228Ottawa, Ontario, K1A 0E6Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
f5211-160059_solicitation_addendum_-_addenda_002-_bilingual.pdf |
French
|
4 | ||
f5211-160059_solicitation_addendum_-_addenda_002-_bilingual.pdf |
English
|
4 | ||
f5211-160059_solicitation_addendum_-_addenda_001-_bilingual.pdf |
French
|
5 | ||
f5211-160059_solicitation_addendum_-_addenda_001-_bilingual.pdf |
English
|
5 | ||
f5211-160059_rfso_-_french.pdf | 000 |
French
|
5 | |
f5211-160059_rfso_-_english.pdf | 000 |
English
|
12 |
Access the Getting started page for details on how to bid, and more.