Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.  

  • Friday, May 24, 7:00 pm until 11:00 pm (Eastern Time) 

  • Sunday, May 26, 7:45pm until 9:45 pm (Eastern Time) 

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)

    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
    Daly, Diane
    Phone
    (819) 956-6948 ( )
    Fax
    (819) 956-3600
    Address
    11 Laurier St./ 11, rue Laurier
    3C2, Place du Portage, Phase III
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    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

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    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: