APN - Contaminated Sites Assessment and Monitoring Services (Ontario)
Solicitation number APN# 68189
Publication date
Closing date and time 2019/09/30 14:00 EDT
Description
Advance Procurement Notice
Contaminated Sites Assessment and Monitoring Services (Ontario)
(with Security Requirements)
Purpose of this Advance Procurement Notice
This is not a bid solicitation. This is an advance notice of a potential project with anticipated security requirements to provide interested consultants an opportunity to apply for security clearances. Note that there is no guarantee that this project will proceed.
Description of the Project
Defence Construction Canada (DCC) will be calling for abbreviated proposals from consulting firms to establish a Source List to provide “as and when required” professional services specific to Department of National Defence (DND) requirements for Ontario. The objective will be to select three (3) firms who will be placed on a Source List with a maximum estimated value of $7,000,000.00 and a maximum term of five (5) years. The request for abbreviated proposals is anticipated to be advertised in winter/spring 2020 on condition of approval.
Description of the Services
The Consultant will be required to provide “as and when required” contaminated sites assessment and monitoring services which may include but are not limited to:
- Completion of structured environmental site assessments (e.g., Phase I, II and III ESA’s and FCSAP 10 step process);
- Provision of geotechnical services in support of environmental investigation;
- Identification of the occurrence, nature and source of chemical, physical, biological, and/or radiological environmental impacts above pertinent regulatory criteria and/or at levels that can pose a risk of adverse effect;
- Where subject impacts are identified, delineate their extents and determine their magnitude and volume;
- Coordinate onsite and offsite soil and water sampling programs;
- Assess, recommend and provide cost options for managing or remediating impacts;
- Develop conceptual site models;
- Design and implement site-specific risk management and/or remedial action plans;
- Develop site-specific remediation plans and specifications;
- Advise on long-term monitoring requirements;
- Provide assessments and documentation confirming site conditions following implementation of risk management / remedial action strategies;
- Complete the FCSAP Site Closure Tool and integrated Tool for Risk Assessment Validation;
- Conducting human health and ecological risk assessments and recommend risk management/remediation measures to mitigate the risks;
- Estimate financial liability associated with the site in accordance with the Treasury Board Secreteriate (TBS) policy Remediation Liabilities Related to Contaminated Sites: A Supplement to the Financial Information Strategy (FIS) Manual (2010) and TBS “Accounting Standard 3.6 Contingencies” (March 2006); and
- Complete administrative and technical work necessary to support federal funding requirements.
- Infrastructure-related environmental compliance audits and inspections, and provide advice on infrastructure-related environmental management issues such as petroleum storage tanks (in accordance with pertinent regulations and/or guidelines).
- Undertake third party reviews of deliverables produced by other Consultants.
Security Requirements
Consultants will be required to hold a valid DESIGNATED ORGANIZATION SCREENING (DOS) with approved DOCUMENT SAFEGUARDING at the level of PROTECTED B, issued or approved 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 the CSP/ISS/PWGSC.
Sub-consultants/sub-contractors will be required to hold a valid DESIGNATED ORGANIZATION SCREENING (DOS), issued or approved by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
Process
Consultants that do not meet the stipulated security requirements and that are interested in submitting a proposal for this procurement can apply for the security clearance through the Industrial Security Program (ISP). This can be done by following the procedure on DCC’s website at the following link: http://www.dcc-cdc.gc.ca/english/contractors_consultants.html. Consultants are asked to submit their request prior to September 26, 2019 quoting the following information:
- Contract number 68189; and
- Level of clearance requested to be sponsored for.
Questions
Any questions pertaining to the sponsoring process through the ISP can be addressed to:
Telephone Number: (613) 998-8974; or
Email address: ISP.Sponsorship@dcc-cdc.gc.ca
Any questions relating to the Project can be addressed to:
Cameron King
Regional Service Line Leader, Contract Services
Defence Construction Canada
613-384-1256 x225
Cameron.King@dcc-cdc.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)
Contact information
Contracting organization
- Organization
-
Defence Construction Canada
- Address
-
Constitution Square, 19th Floor, 350 Albert StreetOttawa, Ontario, K1A 0K3Canada
- Contracting authority
- King, Cameron
- Phone
- 613-384-1256, Ext. 225
- Email
- cameron.king@dcc-cdc.gc.ca
Buying organization(s)
- Organization
-
Defence Construction Canada
- Address
-
Constitution Square, 19th Floor, 350 Albert StreetOttawa, Ontario, K1A 0K3Canada