GENERATOR MAINTENANCE

Solicitation number EJ196-140143/A

Publication date

Closing date and time 2013/08/27 14:00 EDT


    Description
    Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    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/Offeror must, at all times during the
    performance of the Contract/Standing Offer, hold a valid
    Designated Organization Screening (DOS), issued by the Canadian
    In-dustrial 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 RELIABILITY
    STATUS, 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:
    
    (i)	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.
    
    (ii)	This requirement is for Public Works and Government
    Services Canada (PWGSC) located at 13 Shirley Boulevard
    (Connaught) 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.
    
    Company Information - Insert for OEM inventory only
    
    OEM refers to the Original Equipment Manufacturer or the current
    owner of the OEM.
    
    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. 
    
    If there is more than one OEM, letters are required from each
    OEM.
    
    	- Asco Transfer Switch.
    
    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
    
    
    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 July 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 08-06-2013 at 9:00 AM.  Bidders are to meet
    at the Main Entrance of the PWGSC Office, 31 Shirley Boulevard,
    Connaught Range, Ottawa, Ontario.
    
    Due to the nature of the 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 RELIABILITY.  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 07-31-2013 at
    2:00 PM.
    
    Bidders will be required to sign an attendance form at the
    beginning of 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.
    
    It is mandatory that bidders provide and wear safety boots for
    the site visit. Bidders who do not wear safety boots will not be
    permitted to attend the site visit.
    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

    • Canada-Panama Free Trade Agreement
    • 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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    French
    11
    000
    English
    21

    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: