FIRE ALARM MAINTENANCE CONTRACT

Solicitation number EJ196-132821/A

Publication date

Closing date and time 2013/04/18 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru
    FTA/Canada-Colombia FTA
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    NOTICE OF PROPOSED PROCUREMENT (NPP)
    
    
    
    Security Requirement: at the date of contract award
    
    1.	The Contractor must, at all times during the performance of
    the Contract, hold a valid Designated Organi-zation Screening
    (DOS), issued by the Canadian Industrial Security Directorate
    (CISD), Public Works and Government Services Canada (PWGSC). 
    The Contractor's Company Security Offi-cer must hold a valid
    SECRET clearance, granted or approved by CISD/PWGSC.
    
    2.	The Contractor personnel requiring access to Parliamentary
    Precinct sensitive work site(s) must EACH hold a valid SITE
    ACCESS clearance, 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 Fire Alarm,
    Fire Protection and Life Safety
    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 various
     buildings (NDMC Hospital, House of Commons and McDonald Cartier
    Data Center) in the National
     Capital Region (NCR), 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.
    
    
    
    Card and Licensing Documentation :
    
    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	Fire Alarm Technician - Two (2) service personnel with:
    
    	- A valid Canadian Fire Alarm Association (CFAA) certification
    OR a Certified Fire Alarm Electrician (CFAE) certification. 
    	
    2	Sprinkler and Fire Protection Installer - Two (2) 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 Sprinkler and Fire Protection Installer
    engaged by and sent to 		site by the Bidder or subcontractor of
    the Bidder to carry out work as defined by the attached
    			Statement of Work, at Annex A.
    
    .3	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	Backflow Technicians - Two (2) Service Personnel with:
    	- A valid Ontario Water Works Association (O.W.W.A.) Cross
    Connection Control Specialist 			certification from an
    accredited school or college.
    
    3.1.5	Company Information 
    
    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.
    
    - Fire alarm Control Unit
    - Fire Pump Transfer Switch / Control Panel
    
    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. 
    
    - Fire alarm Control Unit
    - Fire Pump Transfer Switch / Control Panel
    
    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).
    
    
    3.1.5.3	The Bidder must be an Underwriters Laboratories of
    Canada (ULC) Level III & IV Listed Company authorized to carry
    out maintenance on fire alarm/fire protection and life safety
    systems. The Bidder should submit a ULC certificate with the bid
    by the solicitation closing date. However, if it is not
    submitted with the bid by the 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 the time frame period will
    render the bid non-responsive.
    
    
    3.1.6	Employee Training 
    
    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 seven (7) qualified service personnel (two (2) qualified
    Fire Alarm Technicians, two (2) qualified Sprinkler and Fire
    Protection Installers, one (1) qualified Electrician and two (2)
    qualified Backflow Technicians)
    
    The bidder must provide evidence to demonstrate that the service
    personnel proposed to perform maintenance of Fire Alarm, Fire
    Protection and Life Safety 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. 
    
    Similar is defined as maintenance service on Fire Alarm, Fire
    Protection and Life Safety 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 seven (7) service personnel will be assessed.  The
    first seven (7) 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 work site. Arrangements have been made for site
    visit to be held on March 26, 2013 at 10:00 AM at House of
    Commons Meeting Room 1 Wellington Street Ottawa, ON.  Bidders
    should communicate with the Contracting Authority no later than
    five (5) days before the scheduled visit to confirm attendance
    and provide the names of the person(s) who will attend.  Bidders
    will be required to sign an attendance form upon arrival at the
    site.  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.
    
    Given the nature of this market, and to gain access to the
    institutions listed on this application, IT IS MANDATORY that
    all representatives of the bidder possess a security clearance
    level access to the facility or Secret. Bidders must submit to
    the Contracting Authority's name (full legal name) and birth
    date (year / month / day) of each person who will attend the
    site visit, email: diane.daly @ tpsgc-pwgsc.gc.ca or by fax
    (819-956-3600) no later than March 21, 2013 at 13:00.
    
    It is mandatory that bidders provide and wear safety boots for
    the site visit. Bidders who do not comply will not be permitted
    to attend the site visit.
    
    Due to the nature of this requirement, and in order to gain
    access to all buildings listed in this requirement, it is
    MANDATORY that all representative(s) of the Bidder have security
    clearance at a level of Site Access or Secret. Bidders must
    submit the names (legal names) and birth dates (year/month/day)
    for each individual that will be attending the site visit to the
    Contracting Authority by email at diane.daly@tpsgc-pwgsc.gc.ca
    or by facsimile at 819-956-3600 no later than year/month/day.   
    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)

    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: