Refrigeration and HVAC Services at the Pacific Biological Station, Nanaimo B.C.

Solicitation number F5211-160232

Publication date

Closing date and time 2016/08/03 14:00 EDT

Last amendment date


    Description

    OBJECTIVES OF THE REQUIREMENT

    This scope of work specifies the provision of all labour, material, tools, supervision and equipment to provide refrigeration and HVAC maintenance and repair services for the Department of Fisheries and Oceans at the Pacific Biological Station, Nanaimo, B.C.

    BACKGROUND

    The Pacific Biological Station is renowned centre for scientific research encompassing several facilities including laboratories, aquaculture facilities, cold rooms, computer networks, ammonia chiller plant for chilled process services, warehouse spaces, and wharfs. The complex is situated on a 5.7 hectare site with 1828 m2 primary offices in a four storey building and 935 m2 three storey building. The site also consists of a four storey 5714 m2 laboratory wing and 650 m2 single storey aquaculture building. Subsidiary buildings include a salt water pump house supplying research sea water at flows up to 2.3 m3 per minute, an ammonia chiller plant building, and out buildings of approximately 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.

    PERIOD OF STANDING OFFER

    The period for making call-ups against the Standing Offer is from August 22, 2016 to June 30 2017, with 3 options to extend the Standing Offer, each for an additional one year period.

    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 June 30, 2016. The site visit will begin at 10:00 am PST in the Taylor Building Breezeway.

    Bidders are requested to communicate with the Contracting Authority no later than three (3) days (insert date and time) to confirm attendance and provide the name(s) of the person(s) who will attend. Bidders may be requested to sign an attendance sheet. Bidders who do not attend or do not send a representative will not be given an alternative appointment but they 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.

    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 of three (3) recent cumulative years’ experience and past performance in repair and maintenance services for commercial or industrial Refrigeration and HVAC Systems by referencing similar projects/contracts/offer agreements.

    M3 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 Offer. If not included with the Offer, the Offer will be deemed non-responsive.

    - WHMIS

    - The provincial workers compensation board

    M4 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 Offer. If not included with the Offer, the Offer will be deemed non-responsive.

    • A valid Refrigeration and Air Conditioning Certification

    • A valid Ozone Depletion Prevention Card

    • A valid Fall Protection Certificate

    • A valid Confined Space Entry Certificate

    Note: If an apprentice is proposed, they must work under the direct supervision of a journeyman red seal.

    M5 The proposed resources must provide evidence of three (3) recent cumulative years’ experience and past performance in repair and maintenance services for Refrigeration and HVAC Systems by referencing similar projects/contracts/offer agreements.

    SELECTION METHOD

    The basis of selection is Minimum Point Rating.

    Enquiries regarding this RFSO requirement are to be submitted in writing to the following:

    Hannah State

    Senior Contracting Officer

    Materiel and Procurement Services

    Fisheries and Oceans Canada

    301 Bishop Drive

    Fredericton (NB) E3C 2M6

    Telephone : (506) 452-3641

    Email : DFOtenders-soumissionsMPO@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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras 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)

    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
    State, Hannah
    Phone
    506-452-3641
    Address
    301 Bishop Drive
    Fredericton, NB, E3C 2M9
    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.

    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 Standing Offer
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    Region of opportunity
    Canada
    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: