SAP Ariba system maintenance

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

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Regional Standing Offer for Environmental Risk Management Services

Solicitation number 30002134

Publication date

Closing date and time 2023/04/21 14:00 EDT

Last amendment date


    Description

    OBJECTIVES OF THE REQUIREMENT

    The Department of Fisheries and Oceans has a requirement to set up standing offer agreements for Environmental Risk Management Services in the province of British Columbia on an “as and when” requested basis. The objective is to award up to five (5) Standing Offer Agreements (SOA) to qualified suppliers who can provide Environmental Risk Management Services to meet the specific needs outlined in the Statement of Work.

    The purpose of this request is to solicit proposals for standing offers from companies with the ability to provide technical and project management services related to the overall risk management of contaminated sites and to obtain a list of qualified companies that can perform these activities to meet the specific needs of Fisheries and Oceans. The successful proponents are required to have significant regulatory experience in the federal framework as well as the BC provincial framework. Proponents will be available to help Fisheries and Oceans staff to prepare and implement risk management or parts thereof on an as needed basis.

    BACKGROUND

    This standing offer is designed to provide external resources to assist with risk management services, including but not limited to risk assessment, remedial options evaluation, remediation planning, risk communication and development of risk management plans for Fisheries and Oceans on an as needed basis. Corporations are allowed to submit bids as a team; however a proposed resource may only appear in one submission.

    The Categories of Resources Required are:

    Project Manager, Human Health Risk Assessor, Aquatic Ecological Risk Assessor, Terrestrial Ecological Risk Assessor, Senior Engineer or Scientist, Field Staff, Intermediate Risk Assessor, Intermediate Engineer, Risk Communicator, GIS Analyst.

    PERIOD OF STANDING OFFER

    The services are to be performed on an “as and when required” basis during the period from date of award until up to 5 (five) years thereafter.

    SECURITY

    There is no security requirement for this contract. 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.

    INTELLECTUAL PROPERTY

    The Department of Fisheries and Oceans has determined that any intellectual property rights arising from the performance of the Work under the resulting contract will belong to Canada, on the following grounds: where material developed or produced consists of material subject to copyright, with the exception of computer software and all documentation pertaining to that software.

    TRADE AGREEMENTS

    The requirement is subject to the Canada-Chile Free Trade Agreement (CCFTA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), Canada-European Union Comprehensive Economic and Trade Agreement (CETA), Canada-Colombia Free Trade Agreement, Canada-Peru Free Trade Agreement (CPFTA), Canada-Panama Free Trade Agreement, Canada-Korea Free Trade Agreement (CKFTA), Canada–Ukraine Free Trade Agreement, Canada-Honduras Free Trade Agreement, Canada-United Kingdom Trade Continuity Agreement, World Trade Organization–Agreement on Government Procurement (WTO-GPA), and the Canadian Free Trade Agreement (CFTA).

    MANDATORY REQUIREMENTS

    Proposals will be evaluated in accordance with the mandatory evaluation criteria as detailed herein. Bidders’ Proposals must clearly demonstrate that they meet all Mandatory Requirements for the proposal to be considered for further evaluation. Proposals not meeting the mandatory criteria will be excluded from further consideration.

    Mandatory Criteria

    M1 The bidder must propose one (1) Contaminated Sites Approved Professional for Risk Assessment (can be terrestrial or aquatic risk assessor or Project Manager). The bidder must provide a copy of the resources’ certification through the Society of Contaminated Sites Professionals of British Columbia with their bid.

    M2 The bidder must propose one (1) Registered Professional Biologist (aquatic or terrestrial BC or AB accepted ) or one Board Certified Toxicologist (Diplomate of the American Board of Toxicology[DABT]). The bidder must provide a copy of the resources’ current membership with their bid.

    COMPREHENSIVE LAND CLAIMS AGREEMENTS

    The Request for Standing Offers (RFSO) is to establish Regional Standing Offers for the requirement detailed in the RFSO, to the Identified Users in the Pacific Region, excluding locations within the Yukon that are subject to Comprehensive Land Claims Agreements (CLCAs). Any requirement for deliveries to locations within CLCAs areas within the Yukon will have to be treated as a separate procurement, outside of the resulting standing offers.

    SELECTION METHOD

    The basis of selection is Highest Compliant Combined Rating of Technical Merit and Price.

    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-Ukraine Free Trade Agreement (CUFTA)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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.

    Businesses interested in partnering for this tender opportunity:
    Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.

    Contact information

    Contracting organization

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Contracting authority
    Obeid, Mazen
    Phone
    613-299-2564
    Email
    mazen.obeid@dfo-mpo.gc.ca
    Address
    200 Kent
    Ottawa, ON, K2P 2J8
    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
    17
    French
    3
    English
    16
    French
    3
    000
    French
    25
    000
    English
    88

    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
    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: