Fire Protection Services
Solicitation number E60FK-120001/B
Publication date
Closing date and time 2013/09/06 14:00 EDT
Last amendment date
Description
Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: All interested suppliers may submit a bid Attachment: YES (MERX) Electronic Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: RFSO FOR FIRE PROTECTION SERVICES E60FK-120001/B This amendment is raised to answer questions from the offerors. This is a Bid Solicitation for Fire Protection Services Standing offers. OFFERORS INTERESTED IN SUBMITTING AN OFFER MAY DOWNLOAD THE BID SOLICITATION DOCUMENTS AND FOLLOW ALL THE INSTRUCTIONS WITHIN. An RFI containing a draft of bid solicitation documents was posted on the Government Electronic Tendering Service, MERX under solicitation number E60FK-120001/A. Background: In order to maintain the availability of fire protection related services to Federal Departments and First Nations communities during the wind-down of the Fire Protection Services unit within the Human Resources and Skills Development Canada (HRSDC) Labour program and subsequent transition period, Regional Master Standing Offers (RMSOs) are being developed. This requirement is intended to describe fire protection related services pursuant to Treasury Board Standard for Fire Protection. The services are aimed at reducing the risk of fire within Federal buildings, protecting physical structures, contents, occupants and ensuring continuity of services. This requirement applies to Fire Protection Services that are required for Federal Buildings owned or otherwise occupied by Federal Departments as well as buildings owned by First Nations communities. Requirement: Public Works and Government Services Canada (PWGSC) has a requirement to establish Regional Master Standing Offers (RMSO) for the provision of Fire Protection Services in accordance with the Statement of Work at Annex "A". The services are broken down into 7 Work Packages: 1) Compliance Monitoring Inspection 2) Compliance Monitoring Engineering Assessment 3) Strategic and Technical Advice or Guidance 4) Engineering Surveys and Plan Reviews 5) Development of Training and Promotional Materials 6) Fire Investigation 7) Fire Safety Plan Review PWGSC intends to issue multiple Regional Master Standing Offers for Fire Protection services to be provided in Canada as a result of this solicitation. A RMSO is a Standing Offer made available for use by several Identified Users identified in the RMSO for delivery within specific geographic Regions and Sub-regions. The offeror may submit an offer for one or more of the work packages identified within the RFSO. Period of the Standing Offer: The RFSO will result in Regional Master Standing Offers (RMSOs) valid for three (3) years with Canada retaining the irrevocable option to extend the term of the Standing Offers by up to 2 additional consecutive twelve (12) month periods under the same conditions Security Requirement: Offerors are hereby informed that there is a strong possibility that some call-ups against the Standing Offers might require that firms and their personnel possess a Facility Security Clearance (FSC) at different levels issued by the Canadian Industrial Security Directorate (CISD) of Public Works and Government Services Canada (PWGSC). Several generic Security Requirement Check Lists (SRCL), which PWGSC anticipates will satisfy most security requirements associated with individual requirements, are attached to Annex C - Generic Security Requirements Check Lists (SRCLs) to this SO. Each call-up will identify which SCRL will apply to that call-up. The generic SRCLs may not meet the needs of some Identified Users for some requirement; in such cases, a unique SRCL fully describing the security requirements will be included in the documentation associated with that individual call-up. Should the successful offerors wish to obtain a level of security, PWGSC shall sponsor the successful offerors so CISD can initiate procedures for security clearance. CISD, by letter, shall forward documentation to the successful offerors for completion. Offerors desiring such sponsorship should so indicate in their covering letter with their offer. Set-aside Program for Aboriginal Business: Part of this procurement may be designated by one or more Identified Users as set-aside under the federal government's Procurement Strategy for Aboriginal Business (PSAB). In these specific cases, (i) the procurement is set aside from the international trade agreements under the provision each has for set-asides for small and minority businesses, and (ii) as per Article 1802 of the AIT, the AIT does not apply. In order to be considered as an Aboriginal Business under the PSAB, the Bidder must complete the Aboriginal Business Certification contained in Part 5 of the RFSO. By executing the certification, the Offeror warrants that it is an Aboriginal business as defined in the Set-aside Program for Aboriginal Business. Official Languages: The services to be provided will be delivered in one or both of the two official languages of Canada according to the requirements of the Identified User issuing a Call-up against the SO. Basis of Selection: 1) To be declared responsive, an offer must: a) comply with all the requirements of the Request for Standing Offers (RFSO); b) meet all mandatory technical evaluation criteria; and c) obtain the required minimum of 70 percent overall of the points for the technical evaluation criteria which are subject to point rating. The rating is performed on a scale of 100 points. Offers not meeting (a) or (b) or (c) above will be declared non-responsive. Neither the responsive offer that receives the highest number of points nor the one that proposed the lowest price will necessarily be accepted. The selection will be based on the highest responsive combined rating of technical merit and price. The ratio will be 70% for the technical merit and 30% for the price. To establish the technical merit score, the overall technical score for each responsive offer will be determined as follows: total number of points obtained multiplied by the ratio of 70%. To establish the pricing score, each responsive offer will be prorated against the lowest evaluated price and the ratio of 30%. For each responsive offer, the technical merit score and the pricing score will be added to determine its total score for each work package in each Sub-Region and/or Region. Responsive offer will be ranked in order from the highest to the lowest using the total score for each work package in each Sub-Region and/or Region and will be recommended for issuance of a standing offer. Enquiries: All enquiries regarding this requirement must be submitted in writing to the SO Authority: Courteau, Josianne E-mail - SPCI.FPS@tpsgc-pwgsc.gc.ca (819) 956-6632 Larente, Fleurette E-mail - SPCI.FPS@tpsgc-pwgsc.gc.ca (819) 934-2074 Delivery Date: 01/11/2013 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)
-
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)
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
- Courteau, Josianne
- Phone
- (819) 956-6632 ( )
- Fax
- (819) 956-3160
- 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.
Access the Getting started page for details on how to bid, and more.