Building Master Drawings Services

Solicitation number EP896-201130/A

Publication date

Closing date and time 2020/09/14 14:00 EDT

Last amendment date


    Description
    Trade Agreement: 
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Solicitation Amendment 003 is raised to respond to questions from the Industry.
    
    Solicitation amendment 002 is raised to: 1. Respond to questions from the industry and to revise section 5.2.3.3 - Education and Experience.
    
    Solicitation amendment 001 is raised to revise the solicitation closing date from August 31st @ 2pm EDT to September 14th 2020 @ 2pm EDT.
    
    
    NOTICE OF PROPOSED PROCUREMENT
    BUILDING MASTER DRAWINGS SERVICES
    EP896-201130
    
    Requirement
    
    This is a solicitation to request Standing Offers (SO). A SO is not a contract and does not commit Public Works and Government Services Canada (PWGSC) to procure or contract for any services.  Any resulting SO constitutes and Offer made by an Offeror for the provision of certain Services to Canada at prearranged prices or a prearranged pricing basis, under set terms and conditions, that is open for acceptance by Identified User on behalf of Canada during a specified period of time. 
    
    A separate Contract is formed each time a call-up for the provision of Services is made against a SO. Canada’s liability will be limited to the actual value of the call-ups made by a duly authorized Identified User within the period specified in the call-up. 
    
    Public Works and Government Services Canada (PWGSC) invites Interested Offerors to respond to this RFSO for the provision of Building Master Drawing services. The Offeror offers to fulfill the requirement of building master/record drawing services as defined by the requirements in accordance with the Statement of Work and its appendices A to H at Annex A.
    
    These services are required to assist Geomatics Services (a division within the Real Property Branch, PWGSC) with its inventory of Crown assets, leased space, as well as inventories from other government departments in the National Capital Area. As PWGSC is a Common Services provider for the federal government, the services may be needed for wider purpose facilities such as office buildings, utilities plants, laboratories, and other special purpose facilities.
    
    Services are to be provided when required and as requested by the Project Authority, including any or a combination of the following:
    
    • Site measurement, 3D Scanning and data collection of Master/Record for as-found conditions
    • Drawing development or update of floor plans using AutoCAD® and Revit Software
    • Drawing development or update of building information modeling using an IFC compliant Revit® Architecture
    • Drawing development or update of office areas, furniture, equipment and occupancy information.
    
    While the majority of the services and deliverables will be delivered in the English language, from time to time there may be a requirement to provide services and deliverables in the French language.
    
    Schedule of Delivery
    
    The successful Offeror will be required to respond to individual call-ups (as determined at the time of each individual call-up) according to the following Schedule of Delivery:
    
    • For normal requirements, the telephone response time for individual call-ups will be a maximum of three (3) business days and the Offeror Firm will be required to visit the site within two (2) business days of the call-up request.
    
    For urgent requirements, the telephone response time for individual call-ups will be a maximum of three (3) business days and the Offeror Firm will be required to visit the site within one (1) business day of the call-up request.
    
    Term of Standing Offer
    
    The request for Standing Offer will result in up to (2) two Regional Individual Standing Offers valid for (5) five years.
    
    Security Requirements
    
    The following security requirements (SRCL and related clauses provided by the Contract Security Program) apply and form part of the Standing Offer.
    
    1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS) with approved Document Safeguarding at the level of PROTECTED A, issued by the Contract Security Program (CSP) of the Industrial Security Sector (ISS), Public Works and Government Services (PWGSC).
    
    2. The Contractor/Offeror personnel requiring access to PROTECTED information, assets or work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the CSP/ISS/PWGSC.
    
    3. The Contractor MUST NOT utilize its Information Technology systems to electronically process, produce or store PROTECTED information until the CSP/ISS/PWGSC has issued written approval.  After approval has been granted or approved, these tasks may be performed at the level of PROTECTED A including an IT Link at the level of PROTECTED A.
    
    4. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of the CSP/ISS/PWGSC.
    
    5. The Contractor/Offeror must comply with the provisions of the:
    
     (a)  Security Requirements Check List and security guide (if applicable), attached at Annex C;
     (b)  Industrial Security Manual (Latest Edition)
     
    Offeror’s Sites or Premises Requiring Safeguarding 
    
    Where safeguarding measures are required in the performance of the Work, the Offeror must diligently maintain up-to-date the information related to the Offeror’s and proposed individuals’ sites or premises for the following addresses:
     
     Street Number / Street Name, Unit / Suite / Apartment Number 
    City, Province, Territory / State
    Postal Code / Zip Code
    Country
    
    The Company Security Officer must ensure through the Contract Security Program that the Offeror and individual(s) hold a valid security clearance at the required level.
    
    Phased Bid Compliance
    
    (a) Canada is conducting the PBCP described below for this requirement.  
    
    (b) Notwithstanding any review by Canada at Phase I or II of the PBCP, Bidders are and will remain solely responsible for the accuracy, consistency and completeness of their Bids and Canada does not undertake, by reason of this review, any obligations or responsibility for identifying any or all errors or omissions in Bids or in responses by a Bidder to any communication from Canada. 
    
    THE BIDDER ACKNOWLEDGES THAT THE REVIEWS IN PHASE I AND II OF THIS PBCP ARE PRELIMINARY AND DO NOT PRECLUDE A FINDING IN PHASE III THAT THE BID IS NON-RESPONSIVE, EVEN FOR MANDATORY 
    
    REQUIREMENTS WHICH WERE SUBJECT TO REVIEW IN PHASE I OR II AND NOTWITHSTANDING THAT THE BID HAD BEEN FOUND RESPONSIVE IN SUCH EARLIER PHASE.  CANADA MAY DEEM A BID TO BE NON-RESPONSIVE TO A MANDATORY REQUIREMENT AT ANY PHASE. 
    THE BIDDER ALSO ACKNOWLEDGES THAT ITS RESPONSE TO A NOTICE OR A COMPLIANCE ASSESSMENT REPORT (CAR) (EACH DEFINED BELOW) IN PHASE I OR II MAY NOT BE SUCCESSFUL IN RENDERING ITS BID RESPONSIVE TO THE MANDATORY REQUIREMENTS THAT ARE THE SUBJECT OF THE NOTICE OR CAR, AND MAY RENDER ITS BID NON-RESPONSIVE TO OTHER MANDATORY REQUIREMENTS.
    
    (c) Canada may, in its discretion, request and accept at any time from a Bidder and consider as part of the Bid, any information to correct errors or deficiencies in the Bid that are clerical or administrative, such as, without limitation, failure to sign the Bid or any part or to checkmark a box in a form, or other failure of format or form or failure to acknowledge; failure to provide a procurement business number or contact information such as names, addresses and telephone numbers; inadvertent errors in numbers or calculations that do not change the amount the Bidder has specified as the price or of any component thereof that is subject to evaluation. This shall not limit Canada’s right to request or accept any information after the bid solicitation closing in circumstances where the bid solicitation expressly provides for this right. The Bidder will have the time period specified in writing by Canada to provide the necessary documentation. Failure to meet this deadline will result in the Bid being declared non-responsive.
     
    (d) The PBCP does not limit Canada’s rights under Standard Acquisition Clauses and Conditions (SACC) 2003 (2018-05-22) Standard Instructions - Goods or Services - Competitive Requirements nor Canada’s right to request or accept any information during the solicitation period or after bid solicitation closing in circumstances where the bid solicitation expressly provides for this right, or in the circumstances described in subsection (c).
    
    (e) Canada will send any Notice or CAR by any method Canada chooses, in its absolute discretion. The Bidder must submit its response by the method stipulated in the Notice or CAR.  Responses are deemed to be received by Canada at the date and time they are delivered to Canada by the method and at the address specified in the Notice or CAR.  An email response permitted by the Notice or CAR is deemed received by Canada on the date and time it is received in Canada’s email inbox at Canada’s email address specified in the Notice or CAR.  A Notice or CAR sent by Canada to the Bidder at any address provided by the Bidder in or pursuant to the Bid is deemed received by the Bidder on the date it is sent by Canada.  Canada is not responsible for late receipt by Canada of a response, however caused.
    
    Trade Agreements
    
    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), and the Canadian Free Trade Agreement (CFTA).
    
    Basis of Selection
    
    Highest Combined Rating of Technical Merit 70% and Price 30%
    1. To be declared responsive, a bid must: 
    a. comply with all the requirements of the bid solicitation; and
    b. meet all mandatory criteria; and   
    c. obtain the required minimum of one hundred (100) points overall for the technical  evaluation criteria which are subject to point rating. 
    The rating is performed on a scale of three hundred (300) points. 
    2. Bids not meeting "(a) or (b) or (c)" will be declared non-responsive. 
    3. 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. 
    4. To establish the technical merit score, the overall technical score for each responsive bid will be determined as follows: total number of points obtained / maximum number of points available multiplied by the ratio of 70%. 
    5. To establish the pricing score, each responsive bid will be prorated against the lowest evaluated price and the ratio of 30%. 
    6. For each responsive bid, the technical merit score and the pricing score will be added to determine its combined rating. 
    7. Neither the responsive bid obtaining the highest technical score nor the one with the lowest evaluated price will necessarily be accepted. The responsive bid with the highest combined rating of technical merit and price will be recommended for award of a contract. 
    
    Call-up Procedures - Right of First Refusal
    
    For 2 Standing Offers issued
    
    The PWGSC Project Authority will establish the Scope of Services to be performed at the time of the Call-up. The highest ranked Offeror shall be given first consideration. Should that Offeror be deemed unable to carry out the proposed services due to the requirement time frame, the next highest ranked Offeror would be approached.
    
    For 1 Standing Offer issued
    
    The PWGSC Project Authority will establish the Scope of Work to be performed under each individual Call-up based on the pre-established rates identified in the Basis of Payment. Once the number of hours are accepted, the amount of the Call-up will be established by multiplying the number of hours by the appropriate firm rates contained in the Standing Offer.
    
    Limitation of Call-ups
    
    Individual call-ups against the Standing Offer must not exceed $400,000.00 (Applicable Taxes included).
    
    Enquiries
    
    All enquiries regarding this requirement must be submitted in writing to the Standing Offer Authority:
    
    Philip Cowell
    Telephone: 613-296-1922
    E-mail - philip.cowell@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 Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Cowell, Philip
    Phone
    (613) 296-1922 ( )
    Email
    philip.cowell@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    L'Esplanade Laurier,
    East Tower 4th Floor
    L'Esplanade Laurier,
    Tour est 4e étage
    140 O'Connor, Street
    Ottawa, Ontario, K1A 0R5

    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
    003
    French
    4
    003
    English
    19
    002
    French
    5
    002
    English
    10
    001
    French
    5
    001
    English
    15
    000
    French
    35
    000
    English
    99

    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price