Request for Information (RFI) from Indigenous Business(es) Interested in Providing Services for Facilities Maintenance and Support Services Contracts in Alberta

Solicitation number RFI-ABFM2122

Publication date

Closing date and time 2021/06/25 16:00 EDT

Last amendment date


    Description

    Request for Information (RFI) from Indigenous Business(es) Interested in Providing Services for Facilities Maintenance and Support Services Contracts in Alberta

    Purpose of this Request for Information

    This is not a bid solicitation. Defence Construction Canada is collecting responses to this Request for Information for information purposes.

    This is a Request for Information (RFI) from Indigenous Business(es) (or eligible Joint Ventures) with interest in providing goods and/or services in support of two (2) Facilities Maintenance (FM) and Support Services Contracts for Armouries and Buildings at Various Locations in Alberta, including Calgary, Lethbridge, Medicine Hat, Ghost River, Red Deer, Edmonton and Jarvis Lake (the FM contracts). Defence Construction Canada (DCC) has issued a Request for Proposal (RFP) for FM and Support Services for Armouries and Buildings at Various Locations in Alberta publicly on MERX. The RFP can be found on MERX at the following link:

    https://www.merx.com/dcc/solicitations/open-bids/Facilities-Maintenance-and-Support-Services-for-Alberta-Armouries/0000198012

    The initial period of services under the FM contracts is expected to be from April 1, 2022 for a five (5) year period, with an estimated value of $20,000,000.00. 

    The FM contracts are expected to include the potential for two (2) additional three (3) year extensions.

    As part of Canada’s commitment to maximize the participation of Indigenous peoples and businesses, the RFP includes an Indigenous Benefits Plan (IBP) requirement that aims to set-aside a portion of the required FM and support services under the FM contracts for Indigenous Business(es) (or eligible Joint Ventures).

    The intent of this RFI is to develop a list of Indigenous Businesses eligible to be registered with the Indigenous Services Canada (ISC) Indigenous Business Directory (IBD) that will be made available as a resource for FM contractors to obtain sub-trade pricing.

    The RFP for the FM contracts will occur in two steps. In Step 1, FM contractors (Proponents) will submit their technical proposals and in Step 2, short-listed Proponents will submit their bid price. In Step 2, the short-listed Proponents will identify the type and value of services to be provided by Indigenous Businesses. At this stage, Indigenous Businesses will be required to be registered with the ISC IBD in order to be considered eligible for the IBP under the FM contracts.

    Information on how to register an Indigenous Business on the IBD can be found at this link: https://services.aadnc-aandc.gc.ca/IndigenousBusinessDirectory

    DCC will use the IBD to confirm that the firms listed in the FM contractor’s IBP are Indigenous Businesses, registered and in good standing with the IBD prior to awarding the FM contracts.

    Required Goods and Services

    DCC is asking Indigenous Businesses (or eligible Joint Ventures) to identify themselves if they are qualified, capable and interested in providing goods and/or services in support of the FM and Support Services contracts, including, but not limited to:

    • Inspection, testing, maintenance and repairs of:
      • Building envelopes
      • Interior Building
      • Heating, Ventilation, Air Conditioning and Refrigeration (HVAC) systems
      • Plumbing systems
      • Door systems
      • Electrical systems
      • Fire Detection, Suppression and Life safety systems
      • Elevators and Lifting Systems
      • Generator Systems
    • Integrated Pest Management services
    • Landscaping & Grounds Maintenance services
    • Cleaning & Janitorial services
    • Waste & Recycling Management services
    • Snow & Ice Clearance services

    Eligibility Requirements

    Under the ISC IBD “Indigenous Business” means an enterprise that is a sole proprietorship, limited company, cooperative, partnership or not-for-profit organization in which:

    • Indigenous Persons have majority ownership and control meaning at least 51 percent (%), and
    • In the case of a business enterprise with six (6) or more Full-time Employees, at least 33 percent (%) of the Full-time Employees are Indigenous Persons.
    • If a Joint Venture is formed between Indigenous and non-Indigenous Business(es), the Indigenous Business(es) which form party to the Joint Venture shall have at least 51 percent (%) ownership and control of the Joint Venture.
    • Is eligible to be registered on ISC’s IBD.

    For more information about eligibility visit ISC’s website: https://www.sac-isc.gc.ca/eng/1100100033057/1610797769658#c2

    Submission Requirements

    Indigenous Businesses that consider themselves qualified, capable and interested to provide goods and/or services listed in this RFI are asked to indicate their interest by submitting a completed Response Form, using the template available on MERX (see link), by June 25, 2021.

    https://www.merx.com/dcc/solicitations/open-bids/RFI-from-Indigenous-Businesses-Interested-in-Providing-Services-for-FM-Contracts/0000198282

    The Response Form, using the template provided, shall be submitted to DCC in hardcopy form to:

    Defence Construction Canada
    Western Regional Office
    13220 St. Albert Trail, Suite 302
    Edmonton, AB T5L 4W1

    All envelopes should be labelled “RFI for ABFM2122”.

    To respond to the RFI, the required submission to DCC is a completed Response Form. No other documentation is required.

    Security Requirements

    The FM contracts have security clearance requirements. Contractor/subcontractor personnel requiring access to sensitive areas must each hold a valid personnel security screening at the level of RELIABILITY STATUS or SECRET, as required, granted or approved by the Contract Security Program, Public Services and Procurement Canada (CSP, PSPC)

    Confidentiality

    Subject to the terms of the Response Form, information provided to DCC by a respondent in its Response Form will not be shared publicly by DCC and will only be disclosed by DCC to the short-listed FM contractors (Proponents) who are invited to participate in Step 2 of the RFP.

    By responding to this RFI, the respondent consents and agrees, under the Defence Production Act (Canada), the Privacy Act (Canada) and all other applicable statutes, that DCC may, for such time as it deems necessary to carry out the purposes described under this RFI, collect, retain and disclose the respondent’s information provided under the Response Form as is contemplated under this RFI.

    By responding to this RFI, the respondent acknowledges and agrees that no consideration is or will be provided by DCC for the respondent’s information provided under the Response Form, and DCC provides no representations, assurances nor any guarantees that responding to this RFI will result in the respondent being considered, selected or awarded the right to participate in the provision of goods and/or services under the FM contracts or any other DCC contracts.

    Any questions relating to this RFI can be addressed to:

    Mark Smith

    Technical Specialist, Procurement

    Defence Construction Canada

    613-949-6911 

    Mark.Smith@dcc-cdc-gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)

    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
    Defence Construction Canada
    Address
    Constitution Square, 19th Floor, 350 Albert Street
    Ottawa, Ontario, K1A 0K3
    Canada
    Contracting authority
    Smith, Mark
    Phone
    613-949-6911
    Email
    mark.smith@dcc-cdc.gc.ca

    Buying organization(s)

    Organization
    Defence Construction Canada
    Address
    Constitution Square, 19th Floor, 350 Albert Street
    Ottawa, Ontario, K1A 0K3
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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 Information
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    Region of opportunity
    Canada
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: