Office Relocation, Furniture Installation, and Tenant Accommodation Support

Solicitation number F5211-190332

Publication date

Closing date and time 2019/11/18 13:00 EST

Last amendment date


    Description

    ADDENDUM No. 1 - To respond to Bidders' questions.

    The Human Resources and Corporate Services Branch (HRCS), on behalf of the Department of Fisheries and Oceans and Coast Guard (DFO-Coast Guard), has a requirement for the provision of relocation services of office equipment and furniture, furniture installation, and general accommodation support. These services include the installation and reconfiguration of panel systems. The work will be requested by an email request detailing the job requirements and may include requests during the day, evening, overnight or weekends.

    One of the key roles for the National Capital Region (NCR) Real Property Environmental Management (RPEM) is to offer on-going accommodation support to DFO-Coast Guard employees in a number of buildings within the NCR. Small moves and minor reconfigurations are typically done during normal working hours while larger projects are typically completed during evenings and weekends.

    Furthermore, DFO-Coast Guard may require support to complete some larger internal moves/reconfiguration projects throughout the contract period. The personnel are to accomplish various tasks servicing all DFO-Coast Guard employees in the NCR. This work may be requested for any time during the week, day or night, weekday or weekends and consists of completing tasks associated to briefcase moves, regular moves and office case good relocation as well as installing televisions, white boards, etc.

    Personnel Requirements:

    • Daily Installer

    One (1) Daily Installer will be posted at 200 Kent Street Monday to Friday between 08:00 and 16:00. The Daily Installer is responsible for completing the small moves, reconfigurations and daily tasks submitted through daily task requests at 200 Kent Street, 200 Elgin Street, and 300 Laurier Avenue as required. The Daily Installer must have a cell phone provided by their company in order to be reachable throughout the daily working hours.

    Multiple Resources may be named as the Daily Installer and be posted on a rotational basis at the Contractor’s discretion. The same resource does not have to be the same person each work day.

    Resources identified as a Daily Installer must hold a valid Secret security clearance.

    Installation Crews

    When requested, the Contractor will be responsible for providing sufficient Resources for tasks to complete the work within the required time frame described in the work request. 

    Each move or reconfiguration, regardless of how big or small, requires a crew supervisor and moving personnel that are knowledgeable in the disconnecting and reconnecting of desktop and laptop computer equipment.

    All resources as part of the Installation Crew must have Reliability security clearance.

    Tools and Other Resources:

    The Contractor must provide all the resources, tools, lifting equipment and supplies, necessary to perform all tasks properly, efficiently and safely, at his own costs.

    Vehicles:

    The Contractor, under its discretion, is responsible for providing a vehicle suitable for each project. It is expected that the Contractor will not use a vehicle larger for what is required. The largest vehicle that DFO’s loading docks can accommodate is a five-ton truck.

    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
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • 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
    Guerrero, Jamey
    Phone
    506-461-8547
    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
    001
    English
    9
    001
    French
    2
    000
    English
    53
    000
    French
    26

    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
    Alberta, British Columbia, Manitoba, New Brunswick, Newfoundland and Labrador, Nova Scotia, Northwest Territories, Nunavut Territory, Ontario (except NCR), Prince Edward Island, Quebec (except NCR), Saskatchewan, Yukon, Canada, Foreign, Europe, Mexico, National Capital Region (NCR), Aboriginal Lands, United States of America
    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: