SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

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)

    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
    Courteau, Josianne
    Phone
    (819) 956-6632 ( )
    Fax
    (819) 956-3160
    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
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    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: