Site Management Services, Deparment of National Defence, Forward
Operating Location (FOL) Inuvik, NT

Solicitation number W0134-14CYLL/A

Publication date

Closing date and time 2013/12/13 16:00 EST

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: The bidder must supply Canadian goods
    and/or services
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    THIS CANCEL AND SUPERSEDES NOTICE PW-$EDM-607-9974 PUBLISHED ON
    GETS ON 2013-10-23 . 
    
    
    1.  	TITLE: 
    SITE MANAGEMENT SERVICES, DEPARTMENT OF NATIONAL DEFENCE,
    FORWARD OPERATING LOCATION (FOL) INUVIK, NT
    
    2. 	SECURITY REQUIREMENT: 
    
    2.1	The Contractor must, at all times during the performance of
    the Contract, hold a valid Designated Organization Screening
    (DOS), issued by the Canadian Industrial Security Directorate
    (CISD), Public Works and Government Services Canada (PWGSC).
    
    2.2 	The Contractor personnel requiring access to sensitive work
    site(s) must EACH hold a valid RELIABILITY STATUS, granted or
    approved by CISD/PWGSC. Until the security screening of the
    Contractor personnel required by this Contract has been
    completed satisfactorily by the Canadian Industrial Security
    Directorate, Public Works and Government Services Canada, the
    Contractor personnel MAY NOT ENTER sites, without an escort.
    
    2.3	Subcontracts which contain security requirements are NOT to
    be awarded without the prior written permission of CISD/PWGSC.
    
    2.4	The Contractor must comply with the provisions of the:  (a)
    Security Requirements Check List and security guide (if
    applicable), attached at Annex "D" of the solicitation; and (b)
    Industrial Security Manual (Latest Edition).
    
    3.  	REQUIREMENT:
    The Department of National Defence (DND) has established Forward
    Operating Locations (FOL) within Northwest Territories for the
    purpose of military deployment into the Canadian north. These
    locations are intended for occupation by the military on short
    notice for discontinuous periods during peacetime, and as
    necessary during civil or military emergencies. The Inuvik FOL
    contains hangars to store six fighter jets, is capable of
    housing 220 personnel and has a full kitchen. The FOL site has
    three buildings heated with fuel oil or propane. The personnel
    accommodations building (PAB) has six main furnace/ heating
    systems. There is an equipment building which houses equipment
    for the DND mechanics, supply, engineering, firefighters and
    mobile support equipment operators. There are various air
    handling units throughout the buildings. The site also has two
    back up generator systems.
    
    The Contractor will provide all labour, materials, tools,
    equipment, transportation and supervision necessary to secure,
    monitor and maintain the Inuvik FOL at a continual state of
    readiness and operability for DND occupation by providing some
    or all of the following services based on the mode of operation.
     The Contractor will conduct the majority of Work required
    between the hours of 0800 and 1600 hours each Working day or as
    otherwise directed. 
    
    	i. 	Security Inspections, Alarm Response and Security Escorting
    	ii.	 Building Maintenance, Inspections and Repairs
    	iii. 	Janitorial
    	iv. 	Snow Removal 
    	v. 	Potable Water Supply and Septic Removal
    	vi. 	Emergency Environmental Spill Response 
    
    
    To qualify a bid will have to consist of no less than 80% of
    goods and/or services of Canadian origin. 
    
    
    WARNING: Due to the nature of the bid solicitation, bids
    transmitted by facsimile or electronic mail to PWGSC will not be
    accepted.
    
    4. 	MANDATORY SITE VISIT 
    It is mandatory that the Bidder or a representative of the
    Bidder visit the work site.  Arrangements have been made for
    site visit to be held on: 
    
    DATE: 	13 NOVEMBER, 2013
    TIME: 		9:30 a.m. 
    LOCATION: 	FOL Inuvik, meet at front gate
    
    Bidders are requested to communicate with the Contracting
    Authority no later than 2:00 p.m. MST, 8-NOVEMBER-2013 (Friday)
    to confirm attendance and provide the name(s) of the person(s)
    who will attend.
    
    5. 	EVALUATION AND SELECTION 
    Point rated technical evaluation criteria are detailed in Annex
    "C" - Commitment of Inuvialuit and Gwich'in Employment Content
    and Annex "H", Evaluation Criteria, of the Solicitation.
    
    The Contractor will be selected on the basis of the Assessed
    Best Value to Canada taking into account merit and cost factors.
     Best value to Canada will be determined on the basis of the
    highest combined rating of merit (60%) and cost (40%).  The
    scoring of merit is accomplished by prorating the scores against
    the total available points for merit.  The scoring of price is
    accomplished by giving full marks to the lowest Total Bid Cost,
    with the other bids given a prorated score.  The Bid that offers
    the highest combined point score for merit and cost will be
    recommended for award.
    
    6. 	PERIOD OF CONTRACT: 
    It is anticipated the Contract will be effective for a period of
    two (2) years with one (1), one-year option period.
    
    7.  CODE OF CONDUCT CERTIFICATIONS 
    Pursuant to section 01 of Standard Instructions 2003, Bidders
    who are incorporated, including those bidding as a joint
    venture, must provide with their bid or promptly thereafter a
    complete list of names of all individuals who are currently
    directors of the Bidder. Bidders bidding as sole proprietorship,
    including those bidding as a joint venture, must provide with
    their bid or promptly thereafter the name of the owner. Bidders
    bidding as societies, firms, or partnerships do not need to
    provide lists of names. If the required names have not been
    received by the time the evaluation of bids is completed, Canada
    will inform the Bidder of a time frame within which to provide
    the information. Failure to comply will render the bid
    non-responsive. Providing the required names is a mandatory
    requirement for contract award.
    
    
    This PWGSC office provides procurement services to the public in
    English.
    
    
    
    Contracting Authority
    
    Lorraine Jenkinson 
    Supply Specialist 
    Public Works and Government Services Canada
    Acquisitions Branch, Western Region 
    Telus Plaza North 
    10025 Jasper Avenue, 5th Floor 
    Edmonton, AB  T5J 1S6 
    
    Telephone:  (780) 497-3593 		  Facsimile:  (780) 497-3510 
    E-mail address:  Lorraine.Jenkinson@pwgsc-tpsgc.gc.ca
    
    
     IMPORTANT NOTICE TO BIDDERS   Notifications about amendments to
    an opportunity.   Buyandsell.gc.ca/tenders provides a Web feed
    to keep you informed about amendments to an opportunity of
    interest.  Get more details on the Government of Canada Web
    site:   
    https://buyandsell.gc.ca/procurement-data/tenders/follow-opportun
    ities#20  
    
    
    
    
    Delivery Date: Above-mentioned
    
    The Crown retains the right to negotiate with suppliers on any
    procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Agreement on Internal Trade (AIT)

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Jenkinson, Lorraine
    Phone
    (780) 497-3593 ( )
    Fax
    (780) 497-3510
    Address
    Telus Plaza North/Plaza Telus Nord
    10025 Jasper Ave./10025 ave Jasper
    5th floor/5e étage
    Edmonton, Alberta, T5J 1S6

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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.

    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

    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: