Environmental Engineering Services for the Postal Station B
Rehabilitation
Solicitation number EP775-151645/A
Publication date
Closing date and time 2015/04/16 14:00 EDT
Last amendment date
Description
Trade Agreement: WTO-AGP/NAFTA/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: All interested suppliers may submit a bid Attachment: None Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: This notice is being amended to modify the closing date to: April 16, 2015 at 02:00 P.M. Estern Daylight Saving Time (EDT). THIS PROCUREMENT CONTAINS A SECURITY REQUIREMENT. Public Works and Government Services Canada (PWGSC) intends to retain a professional engineering firm in the capacity of an Environmental Consultant. This firm will be supported by a team of sub-consultants and specialists in the envelope rehabilitation and base upgrading for the Postal Station "B" (PSB) Project. Construction will be implemented by a Construction Manager (CM) contracted separately by PWGSC. All interested Proponents are invited to attend an optional site visit on Wednesday March 11th, 2015, at 9:00 am at 11 Metcalfe Street, Ottawa, Ontario. Interested proponents must provide name(s) and date(s) of birth of those attending to the Contracting Authority NO LATER THAN Friday March 6th at 12:00 p.m.. This information will be used to verify attendants' security clearance at the secret level. Valid photo ID will be required. This is a single phase selection process. The nature of the services required and strict time frames to implement this project do not allow sufficient time to conduct the usual two phase selection process. Proponents responding to this RFP are requested to submit a full and complete proposal. The proposal will cover not only the qualifications, experience and organization of the proposed Consultant Team, but also the detailed approach to the work, and the pricing and terms offered. A combination of the technical and price of services submissions will constitute the proposal. The Consultant must work closely and collaborate continuously with the Prime Consultant (PC), who is responsible for the overall building rehabilitation design. The Consultant shall prepare and actively manage all aspects of the abatement design and implementation associated with this Project and prepare and manage a comprehensive Construction, Renovation and Demolition (CRD) Waste Management Plan, in conjunction and coordination with the PC and the CM. Services shall be provided in accordance with "Doing Business with NATIONAL CAPITAL AREA", as detailed in an appendix to this RFP. The Proponent shall be an Environmental Engineer licensed, or eligible to be licensed, certified or otherwise authorized to provide the necessary professional services to the full extent that may be required by provincial or territorial law in the province of Ontario. Postal Station B (PSB) is a 'Classified' federal heritage building that requires major rehabilitation. Currently, it serves a dual purpose by continuing to function as a postal facility while also providing secured office accommodations to the Privy Council Office (PCO). PSB is a 75-year old heritage building that has not undergone a comprehensive rehabilitation since its original construction. The project has received full expenditure authority from the National Investment Strategy. SECURITY REQUIREMENT At the date of bid closing, the following conditions must be met: (a) the Proponent must hold a valid organization security clearance as indicated in Supplementary Conditions SC1; (b) the Proponent's proposed individuals requiring access to classified or protected information, assets or sensitive work site(s) must meet the security requirement as indicated in Supplementary Conditions SC1; (c) the Proponent must provide the name of all individuals who will require access to classified or protected information, assets or sensitive work sites.; (d) the Proponent's proposed location of service performance or document safeguarding must meet the security requirement as indicated in Supplementary Conditions SC1. (e) the Proponent must provide the address(es) of proposed location(s) of service performance or document safeguarding as indicated in the Declaration/Certifications Form. CONTRACTING AUTHORITY The Contracting Authority for this Request for Proposal is: Mike Talom Public Works and Government Services Canada Real Property Contracting Directorate Place du Portage Phase III 3C2 Gatineau, Quebec K1A 0S5 mike.talom@tpsgc-pwgsc.gc.ca 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
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Canada-Panama Free Trade Agreement
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Talom, Mike
- Phone
- (819) 956-3796 ( )
- Address
-
11 Laurier St./11 Rue Laurier
3C2, Place du Portage
Phase IIIGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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.
| Document title | Amendment no. | Language | Unique downloads | Date added |
|---|---|---|---|---|
| ABES.PROD.PW__FE.B176.E66772.EBSU003.PDF | 003 | EN | 22 | 2015/03/18 |
| ABES.PROD.PW__FE.B176.F66772.EBSU003.PDF | 003 | FR | 6 | 2015/03/18 |
| ABES.PROD.PW__FE.B176.E66772.EBSU002.PDF | 002 | EN | 15 | 2015/03/17 |
| ABES.PROD.PW__FE.B176.F66772.EBSU002.PDF | 002 | FR | 9 | 2015/03/17 |
| ABES.PROD.PW__FE.B176.E66772.EBSU001.PDF | 001 | EN | 18 | 2015/03/13 |
| ABES.PROD.PW__FE.B176.F66772.EBSU001.PDF | 001 | FR | 8 | 2015/03/13 |
| ABES.PROD.PW__FE.B176.E66772.EBSU000.PDF | 000 | EN | 94 | 2015/02/16 |
| ABES.PROD.PW__FE.B176.F66772.EBSU000.PDF | 000 | FR | 30 | 2015/02/16 |