FIRE PROTECTION SYST MAINTENANCE
Solicitation number EJ196-142373/A
Publication date
Closing date and time 2015/05/04 14:00 EDT
Description
Trade Agreement: NAFTA/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: Attachment: None Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: Maintenance Service - Fire Alarm, Fire Protection and Life Safety Systems EJ196-142373/A Security Requirement This solicitation contains security requirements. Requirement The Contractor must perform the Work in accordance with the Statement of Work at Annex A. 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. There are certain tasks that may require the cooperation of/and coordination with Canada's contractor for the supply and maintenance of the Fire Alarm System. See section Annex "A", 1.5.1.2 of the Statement of Work. The separate contractor (if applicable) will be identified upon award and contact coordinates provided. This requirement is for Public Works and Government Services Canada (PWGSC) located at Blackburn Building, 85 Sparks St, Ottawa, Ontario. Employee Experience and Past Performance To carry out the work on this requirement, the contractor must provide three (3) qualified personnel: one (1) qualified Electrician, one (1) qualified Fire Alarm Technician and one (1) Certified Ansul Inergen System Technician. 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. Contractor's Experience and Past Performance The bidder must provide evidence of its recent experience and past performance by referencing three (3) similar projects/contracts within the last eight (8) years whereby the organization has performed satisfactorily. Mandatory Site Visit It is mandatory that the Bidder or a representative of the Bidder visit the work site. Arrangements have been made for the site visit to be held at Blackburn Building, 85 Sparks Street, Ottawa, Ontario on April 21, 2015. The site visit will begin at 10:00 AM EDT in Main Entrance of the Blackburn Building. Personnel security screening is required prior to gaining authorized access to PROTECTED information, and/or CLASSIFIED information or assets. Bidders must communicate with the Contracting Authority no later than April 15, 2015 at 02:00 PM EDT to confirm attendance and provide the name(s) and the date(s) of birth of the person(s) who will attend. The Bidder's Company Security Officer (CSO) must ensure that their representatives hold a valid security clearance at the required level for the site visit. Failure to comply with the security requirements will result in the representative(s) being denied access to the site. Bidders will be required to sign an attendance sheet. Bidders should confirm in their bid that they have attended the site visit. Bidders who do not attend the mandatory site visit or do not send a representative will not be given an alternative appointment and their bid will be declared non-responsive. 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 comply with this requirement will not be permitted to attend the site visit. Period of the Contract The period of any resulting Contract will be for five (5) years. Basis of Selection The Crown will issue a contract to the Bidder meeting all mandatory criteria and with the lowest evaluated price. Enquiries All enquiries regarding this requirement must be submitted in writing to the Contracting Authority: Hakim, Ghoumrassi Fax No. - (819) 956-3600 E-mail - hakim.ghoumrassi@tpsgc-pwgsc.gc.ca 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.
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
- Ghoumrassi, Hakim
- Phone
- (819) 956-7448 ( )
- 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.PW__FK.B290.E67018.EBSU000.PDF | 000 |
English
|
25 | |
ABES.PROD.PW__FK.B290.F67018.EBSU000.PDF | 000 |
French
|
3 |
Access the Getting started page for details on how to bid, and more.