SAP Ariba system maintenance

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

  • Friday, June 28 from 3:00 pm until 7:00 pm (Eastern Time) 
  • Saturday, June 29 from12:00 am until 4:00 am (Eastern Time) 

Standing Offer for Laboratory Analytical Services

Solicitation number F5211-180193

Publication date

Closing date and time 2018/08/21 13:00 EDT

Last amendment date


    Description

    This requirement is for the Department of Fisheries and Oceans Canada.

    Title:
    Standing Offer for Laboratory Analytical Services

    Introduction:
    The Department of Fisheries and Oceans has a requirement to set up standing offer agreements for laboratory analytical services on an “as and when” requested basis. The objective is to award Standing Offer Agreements (SOA) for up to five (5) suppliers who can provide Laboratory Analytical Services to meet the specific needs of the Statement of Work.

    Scope:
    The Regional Office of Environmental Coordination (ROEC) within Real Property Safety & Security (RPSS) of the Department of Fisheries and Oceans - Pacific Region conducts and manages site assessment, site characterization and environmental audit projects on federal lands. These projects involve assessments of contaminants in air, soil, soil vapor, sediment(s), surface water, groundwater, drinking water, pore water, building materials and plant and animal tissues. While each site may have specific parameters of concern, RPSS will typically request analyses of analytic groups (e.g., total metals or PAH compounds), with analytical results to be provided for specific parameters (e.g., lead or benzo[a]pyrene) within each group.

    ROEC routinely analyses for organic and inorganic parameters listed in:

    a)CCME Interim Canadian Environmental Quality Criteria for Contaminated Sites

    b)Environmental Management Act Contaminated Sites Regulation (Schedules 4-7, 9, 10 and 11)

    c)Environmental Management Act Hazardous Waste Regulation (leachability testing).

    d)Canada Wide Standards for Petroleum Hydrocarbons (CWS_PHC’s) (organic parameters, including grain size analysis for soil samples)

    The assessment objectives for ROEC projects require analytical method detection limits that do not exceed the most stringent of these criteria/guidelines/standards.

    Financial Limitation
    The total limitation resulting from all call-ups issued against this Standing Offer shall not exceed $1,000,000.00, HST/GST included for the entire period of standing offer. The Department does not guarantee any volume of work associated with this Standing Offer Agreement.

    Limitation of Individual Call-ups:
    Individual call-ups issued under this Standing Offer Agreement shall not exceed $25,000.00 (inclusive of all expenses and Applicable taxes).

    Location of Work, Work site and Delivery Point
    Work will be performed at the Contractor’s premises.

    Expected Start and Completion Dates
    The period for placing call-ups against any resulting Standing Offer shall be from the date of award of the Standing Offer(s) for a one year period with 2 option year periods to be exercised at the discretion of the Department. Call-ups will not be made for services beyond the above period. Proposed analytical rates will be fixed for the duration of the Standing Offer contract and optional periods.

    Security Requirement
    There is no security requirements associated with this Standing Offer Agreement. The Company working under this Standing Offer Agreement must not be given access to sensitive information or assets, and must be escorted at all times while on DFO premises.

    Mandatory Requirements:

    M1
    Licenses/Certifications:
    The Bidder must hold the certification by the Standards Council of Canada – Canadian Association for Laboratory Association (SCC – CALA) at time of bid close. Bidders must provide proof of this certification with their bid.

    M2
    The Bidder must provide two (2) client references from previous similar contracts within the last five (5) years.

    M3
    The Bidder’s proposed resource as the Senior Technical Specialist must have 10 years of work experience related to contaminated sites analyses.

    M4
    The Bidder’s proposed resource as the Project Manager must have a minimum of 8 years Project Management Experience related to contaminated sites analyses.

    Trade Agreements:

    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), and the Canadian Free Trade Agreement (CFTA).

    Comprehensive Land Claims Agreements:

    The Request for Standing Offers (RFSO) is to establish National Master Standing Offers for the requirement detailed in the RFSO, to the Identified Users across Canada, excluding locations within Yukon, Northwest Territories, Nunavut, Quebec, and Labrador that are subject to Comprehensive Land Claims Agreements (CLCAs). Any requirement for deliveries to locations within CLCAs areas within Yukon, Northwest Territories, Nunavut, Quebec, or Labrador will have to be treated as a separate procurement, outside of the resulting standing offers.

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

    Cathi Harris

    A/Team Lead – Contracting Services

    Fisheries and Oceans Canada

    Procurement Hub - Fredericton

    301 Bishop Drive

    Fredericton, NB E3C 2M6

    Tel: 506-238-1317

    Fax: 506-452-3676

    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)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • 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
    Cathi Harris
    Phone
    506-238-1317
    Email
    DFOtenders-soumissionsMPO@dfo-mpo.gc.ca
    Address
    301 Bishop Drive
    Fredericton, NB, E3C 2M6
    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
    2
    English
    2
    French
    0
    French
    2
    English
    3
    French
    3
    English
    4
    French
    4
    English
    12
    000
    English
    31
    French
    0
    000
    French
    13

    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
    World
    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: