Cliff CHP Generator Maintenance Requirement
Solicitation number EJ196-130410/B
Publication date
Closing date and time 2013/03/22 15:00 EDT
Last amendment date
Description
Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru FTA/Canada-Colombia FTA Tendering Procedures: Attachment: None Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: NOTICE OF PROPOSED PROCUREMENT (NPP) This bid solicitation cancels and supersedes previous bid solicitation number EJ196-130410/A dated September 7, 2012 with a closing of October 22, 2012 at 2:00 PM EST. Security Requirement: at the date of contract award 1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Facility Security Clearance at the level of SECRET, issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC). 2. The Contractor/Offeror personnel requiring access to sensitive work site(s) must EACH hold a valid personnel security screening at the level of SECRET, granted or approved by CISD/PWGSC. 3. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC. 4. The Contractor/Offeror must comply with the provisions of the: (a) Security Requirements Check List and security guide (if applicable), attached at Annex B; (b) Industrial Security Manual (Latest Edition). Requirement: To provide preventive maintenance services on the Generator and Generator Systems, including all necessary tools, equipment and services, consumable materials, labour for all inspections, testing, cleaning, maintenance services in accordance with the Statement of Work attached herein as Annex A. All additional parts and labour required to effect repairs to the equipment listed at Annex A will be at extra cost to Canada. This requirement is for Public Works and Government Services Canada (PWGSC) located at the CHP Cliff Plant 1 Fleet Street, Ottawa, ON K1A 0S5. The period of any resulting Contract shall be for five (5) years. Mandatory Response Time : As per Annex A, Statement of Work, 1.4.3, Emergency Calls, items 1.4.3.1 and 1.4.3.2, it is a mandatory requirement of the contract that: (a) The Contractor must provide twenty-four (24) hour, seven (7) days a week emergency call back service for the duration of the contract at no extra cost. NOTE: This Statement of Work includes twelve emergency calls per year per site at no extra cost to Canada. Any additional emergency calls will be at extra cost to Canada. (b) The Contractor must respond within 30 minutes and be on site ready to work within two (2) hours of receiving the emergency call. All work for emergency service must be executed by a qualified service personnel named in the Contract and such work must proceed continuously until the system is returned to safe operating condition. Mandatory Card and Licensing Documentation : Card and Licensing Documentation (Upon Request) Valid copies of the following cards and licensing documentation should be submitted for each proposed service personnel with the bid by the bid solicitation closing date. However, if the following is not submitted with the bid by the bid solicitation closing date, the Contracting Authority will so inform the Bidder and provide the Bidder with a time frame within which to meet the requirement. Failure to comply with the request of the Contracting Authority and meet the requirement within that time period will render the bid non-responsive. To carry out the work on this requirement, Service personnel employed by the Contractor must be in possession of : .1 Certified Diesel Engine Technician - One (1) service personnel with: - A valid Certificate of Qualification (C of Q) as a Diesel Mechanic (i.e. automotive mechanic, heavy equipment mechanic, engine service technician) to carry out work as defined by the attached Statement of Work, at Annex A. .2 Certified Petroleum Mechanic - One (1) service personnel with: -A valid Ontario Petroleum license - PM 2 for underground fuel storage systems or PM 3 for above ground systems; .3 Certified Electrician - One (1) service personnel with: - A valid Certificate of Qualification (C of Q) in accordance with the provincial or territorial law in which the work is to be performed for each electrician engaged by and sent to site by the Bidder or subcontractor of the Bidder to carry out electrical work as defined by the Electrical Act and undertaken as part of the attached Statement of Work, at Annex A. .4 Certified Transfer Switch Technician - One (1) service personnel with: - A letter or certificate of training by the Original Equipment Manufacturer (OEM) to install and maintain Transfer Switch(es) identified within the attached Statement of Work in Annex A. .5 Certified Infrared Thermographer - One (1) service personnel with: - A valid certificate of training from an Inter-National Electrical Testing Association (NETA) accredited course in Infrared Level II or III Thermography. (required for the Annual Inspection/Test as per CSA-282-09) 3.1.5 Company Information (Upon Request) OEM refers to the Original Equipment Manufacturer or the current owner of the OEM. 3.1.5.1 A letter(s) from the OEM(s) (Original Equipment Manufacturer) of the equipment detailed below (see also Annex A, Statement of Work) should be submitted with the bid by the bid solicitation closing date. However, if the following is not submitted with the bid by the bid solicitation closing date, the Contracting Authority will so inform the Bidder and provide the Bidder with a time frame within which to meet the requirement. Failure to comply with the request of the Contracting Authority and meet the requirement within that time period will render the bid non-responsive. If there is more than one OEM, letters are required from each OEM. - Diesel/Gas Engine Generator Set - Transfer Switches The letter must confirm that the Bidder: 1. is the OEM;OR 2. is an authorized service agent of the OEM; OR 3. has a valid sub-contracting agreement with the OEM; AND 4. has access to the following in order to, service and maintain the components, sub-systems, systems and integrated systems identified above and within the attached inventory, Annex A, Statement of Work: 4.1 Service and maintenance tools & materials; 4.2 Compatible parts; 4.3 Software; 4.4 Hardware; 4.5 Firmware; AND 5. has access to the complete operational and adjustment procedures of the OEM for all components, sub-systems, systems, integrated systems and related equipment identified within the attached inventory. This includes direct access to manufacturer's technical support service and service bulletins. AND/OR 3.1.5.2 Should the Bidder not be the OEM or the authorized service agent of the OEM(s) or not have a valid sub-contracting agreement with the OEM for the above noted equipment, a letter(s) from the authorized service agent of the OEM (s) (Original Equipment Manufacturer) of this equipment should be submitted with the bid by the bid solicitation closing date. However, if the following is not submitted with the bid by the bid solicitation closing date, the Contracting Authority will so inform the Bidder and provide the Bidder with a time frame within which to meet the requirement. Failure to comply with the request of the Contracting Authority and meet the requirement within that time period will render the bid non-responsive. If there is more than one OEM, letters are required from each authorized service agent of each OEM. - Diesel/Gas Engine Generator Set - Transfer Switches The letter must confirm that the Bidder: 1- has a valid sub-contracting agreement with the authorized service agent; AND 2- has access to the following in order to, service and maintain the components, sub-systems, systems and integrated systems identified above and within the attached inventory, Annex A, Statement of Work: 2.1 Service and maintenance tools & materials; 2.2 Compatible parts; 2.3 Software; 2.4 Hardware; 2.5 Firmware; AND 3. has access to the complete operational and adjustment procedures of the OEM for all components, sub-systems, systems, integrated systems and related equipment identified within the attached inventory. This includes direct access to manufacturer's technical support service and service bulletins. 3.1.5.2.1 The Bidder must also submit a letter(s) issued to the authorized service agent(s) by the OEM(s) confirming the name of the authorized service agent(s). 3.1.6 Employee Training (Upon Request) Valid copies of the following training certificates/cards should be submitted for each proposed Service personnel with the bid by the bid solicitation closing date. However, if the following is not submitted with the bid by the bid solicitation closing date, the Contracting Authority will so inform the Bidder and provide the Bidder with a time frame within which to meet the requirement. Failure to comply with the request of the Contracting Authority and meet the requirement within that time period will render the bid non-responsive. All certificates are to be recognized by the Human Resources Skills Development Canada (HRSDC) - Labour Program and/or Workplace Safety & Insurance Board (WSIB) and/or Construction Safety Association of Ontario (CSAO) and/or any other recognized legislative or regulatory body in the Province or territory in which the work is to be performed. - a valid Confined Space Awareness certificate/wallet card - a valid Fall Arrest certificate/wallet card - a valid First Aid/CPR certificate/wallet card - a valid Workplace Hazardous Material Inventory System (WHMIS) certificate/wallet card - a valid Asbestos Work Practices Awareness Certificate/wallet card - personnel performing work on electrical equipment that is live or may become live must be in possession of a valid Arc Flash Training Certificate/wallet card. Mandatory Employee Experience and Past Performance : To carry out the work on this requirement, the contractor must provide five (5) qualified service personnel (one (1) qualified Diesel Engine Technician, one (1) qualified Petroleum Mechanic, one (1) qualified Electrician, one (1) qualified Transfer Switch Technician, and one (1) Infrared Thermographer). The bidder must provide evidence to demonstrate that the service personnel proposed to perform maintenance of Emergency Power Supply Systems have five (5) years of recent experience and past performance by referencing two (2) similar projects/contracts within the last 8 years whereby the service personnel have performed satisfactorily. The bidder must complete the form (RFP) for each personnel who will be performing work on the requirement in order to demonstrate that each proposed personnel has the required experience. Recent experience is defined as experience gained from January 2005 up to and including the solicitation closing date. Similar is defined as maintenance service on Emergency Power Supply Systems comparable in size, scope and complexity to the equipment listed in Annex A, Statement of Work, Part 3 Equipment Inventory. In cases where experience is acquired concurrently, the time period will be considered only once for the purpose of calculating the minimum requirement of 5 years of recent experience. Example: · Project 1: started on January 1, 2008 and ended on May 31, 2008 = 4 months · Project 2: started on January 1, 2008 and ended on December 31, 2010 = 36 months · Project 3: started on January 1, 2008 and ended on December 31, 2010 = 36 months Total period for these 3 projects will count as 36 months and not 76 months because the period Jan. 2008 to Dec. 2009 has already been counted in Projects 2 and 3. This employee does not meet the required minimum of 5 years of recent experience. In the event where the information for any of the service personnel cannot be confirmed by the client contacts named in the proposal, the proposal will be considered non-responsive and no further consideration will be given to the proposal. If the Bidder submits names of service personnel in excess of the stated requirement, only the references up to the identified limit of five (5) service personnel will be assessed. The first five (5) service personnel listed in the proposal will be considered for evaluation. Mandatory Site Visit: It is mandatory that the Bidder or a representative of the Bidder visit the site and understand the scope of the work required and the conditions of the site. Arrangements have been made for site visit to be held on Wednesday February 26, 2013 at 10:00 AM. Bidders are to meet at the Main Entrance of the CHP Cliff Plant at 1 Fleet Street, Ottawa, Ontario. Bidders must communicate with the Contracting Authority no later than 5 day(s) before the scheduled visit to confirm attendance and provide the names of the person(s) who will attend the site visit. Due to the nature of this requirement and in order to gain access to the sites it is MANDATORY that all interested bidders, submit the Names (legal name) and birth dates of their representatives that will be attending the Mandatory Site Visit on Wednesday February 26, 2013 to the Contracting Authority (Diane Daly) no later than 10:00 AM February 19, 2013. The company Representatives must have a Security Clearance of Secret in order to attend the Mandatory Site Visit. It is the responsibility of the Bidders to ensure that the Contracting Authority is in receipt of this information by the date shown. Bidders who fail to submit the required information by will be denied access to the sites. Bidders will be required to sign an attendance form at the beginning of the site visit. Failure to do so will render the bidder's proposal non-responsive. It is mandatory that the bidders wear safety footwear for the site visit. Safety equipment will be verified to ensure compliance of this requirement. Bidders who are not equipped as described will not be permitted to attend the site visit. Bidders who do not attend or send a representative will not be given an alternative appointment and their bids will be rejected as non-compliant. Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation. 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)
-
Agreement on Internal Trade (AIT)
-
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
- Daly, Diane
- Phone
- (819) 956-6948 ( )
- Fax
- (819) 956-3600
- 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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.BK__FK.B285.E62175.EBSU003.PDF | 003 |
English
|
0 | |
ABES.PROD.BK__FK.B285.E62175.EBSU002.PDF | 002 |
English
|
0 | |
ABES.PROD.BK__FK.B285.E62175.EBSU005.PDF | 005 |
English
|
0 | |
ABES.PROD.BK__FK.B285.E62175.EBSU001.PDF | 001 |
English
|
0 | |
ABES.PROD.BK__FK.B285.E62175.EBSU000.PDF | 000 |
English
|
4 | |
ABES.PROD.BK__FK.B285.E62175.EBSU004.PDF | 004 |
English
|
0 | |
ABES.PROD.BK__FK.B285.F62175.EBSU004.PDF | 004 |
French
|
0 | |
ABES.PROD.BK__FK.B285.F62175.EBSU000.PDF | 000 |
French
|
1 | |
ABES.PROD.BK__FK.B285.F62175.EBSU001.PDF | 001 |
French
|
0 | |
ABES.PROD.BK__FK.B285.F62175.EBSU003.PDF | 003 |
French
|
0 | |
ABES.PROD.BK__FK.B285.F62175.EBSU002.PDF | 002 |
French
|
0 | |
ABES.PROD.BK__FK.B285.F62175.EBSU005.PDF | 005 |
French
|
0 |
Access the Getting started page for details on how to bid, and more.