MAINTENANCE-GENERATOR

Solicitation number EJ196-131167/A

Publication date

Closing date and time 2013/06/20 14:00 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)
    
    Government of Canada is moving its Government Electronic
    Tendering Service from MERX to Buyandsell.gc.ca/tenders on June
    1, 2013Starting June 1, 2013, federal government tenders (tender
    notices and bid solicitation documents) will be published and
    available free of charge on a Government of Canada Web site on
    Buyandsell.gc.ca/tenders.
    
    The Government Electronic Tendering Service on
    Buyandsell.gc.ca/tenders will be the sole authoritative source
    for Government of Canada tenders that are subject to trade
    agreements or subject to departmental policies that require
    public advertising of tenders.Get more details in the Frequently
    Asked Questions section of Buyandsell.gc.ca/tenders. 
    
    After June 1, 2013, all tenders and related documents and
    amendments will be on Buyandsell.gc.ca/tenders.  On June 1,
    2013, suppliers must go to Buyandsell.gc.ca/tenders to check for
    amendments to any tender opportunities that they have been
    following on MERX prior to June 1.  Bookmark
    Buyandsell.gc.ca/tenders now to be ready for June 1!
    
    Security Requirement: at the date of contract award
    
    1. 	The Contractor must, at all times during the performance of
    the Contract, 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 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 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 Emergency
    Power Supply 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
     Supreme Court of Canada at 301 Wellington Street 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: Any  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.
    
    To carry out the work on this requirement, Service personnel
    employed by the Contractor must be in
    possession of :
    
    
    .1	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	Petroleum Mechanic - One (1) service personnel with:
    
    	- A valid Ontario Petroleum license - PM 3 for above ground
    systems.
    
    .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	Transfer Switch Technicians - One (1) Service Personnel with:
    
    	- A valid 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	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.
    
    
    
    Employee Training
    
    Valid copies of the following training certificates/cards should
    be submitted for each proposed Service personnel. 
    
    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 (Electrician and Infrared 				Thermographer).
    
    
    
    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) qualified Infrared Thermographer). 
    
    The bidder must provide evidence to demonstrate that the service
    personnel proposed to perform maintenance of Generator and
    Generator 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 following form for each personnel who will be
    performing work on this requirement in order to demonstrate that
    each proposed personnel has the required experience. 
    
    Recent experience is defined as experience gained from May 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 work site. Arrangements have been made for site
    visit to be held on May 27, 2013 at 9:00 AM at 301 Wellington
    Street, the Supreme Court of Canada.  Bidders should communicate
    with the Contracting Authority no later than five (5) day(s)
    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.
    
    It is mandatory that bidders provide and wear safety boots
    and/or a hard hat 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@pwgsc.gc.ca or by
    facsimile at 819-956-3600 no later than May xx, 2013.
    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: