SAP Ariba system maintenance

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

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

EAST BLOCK SEISMIC EXPERT

Solicitation number EP747-151055/B

Publication date

Closing date and time 2014/10/14 14:00 EDT


    Description
    Trade Agreement: WTO-AGP/NAFTA/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: 
    Attachment: None
    Non-Competitive Procurement Strategy: Consulting Services
    Regarding Matters of a Confidential Nature
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Jagmohan Humar
    3 Huntwood Court
    Ottawa Ontario
    Canada
    K1V0R3
    Nature of Requirements: 
    1.	Advance Contract Award Notice (ACAN) 
    
    An ACAN is a public notice indicating to the supplier community
    that a department or agency intends to award a contract for
    goods, services or construction to a pre-identified supplier,
    thereby allowing other suppliers to signal their interest in
    bidding, by submitting a statement of capabilities. If no
    supplier submits a statement of capabilities that meets the
    requirements set out in the ACAN, on or before the closing date
    stated in the ACAN, the contracting officer may then proceed
    with the award to the pre-identified supplier. 
    
    
    2.	Definition of the requirement 
    
    The Department of Public Works and Government Services Canada
    (PWGSC) has a requirement for the provision of two (2) external
    resources in the form of "Seismic Experts" to assist PWGSC's
    Quality Assurance Program with the East Block Rehabilitation
    Project. 
    
    The work will involve providing PWGSC expert advice on the
    following: 
    		·	The existing building's construction, performance, dynamic
    response, and 			existing seismic capacity;
    		·	Building codes and guidelines that should be used to guide
    the seismic 			upgrade design, including any known or
    anticipated future code changes that 		could impact the seismic
    analysis and upgrades;
    		·	Appropriate further studies and tests;
    		·	Seismic upgrade options;
    		·	Evaluation of proposed upgrade options; and
    		·	Assumptions and analytical methodology for the proposed
    seismic 				upgrades.
    
    The "Seismic Experts" shall not be eligible to participate as a
    contractor, or a sub-contractor, or in any capacity on
    project(s) for the provision of design services that may be
    directly or indirectly related to the East Block Rehabilitation
    Project for the duration of this Contract.  
    
    Attendance to all meetings and workshops to be held in Ottawa,
    Ontario will be required.
    
     
    3.	Criteria for assessment of the Statement of Capabilities
    (Minimum Mandatory Requirements) 
    
    Any interested supplier must demonstrate by way of a statement
    of capabilities that it meets the following requirements: 
    
    Knowledge and understanding of:
    		·	The type of earthquakes and design ground motions for the
    Ottawa Region.
    		·	Building seismic performance and upgrading methods for
    historic buildings.
    		·	Lessons learned from failures, vulnerabilities, successes,
    and challenges of 			seismic retrofit methods for historic
    buildings. 
    	·	Current state of research on seismic analysis.
    	·	Building codes provisions for seismic analysis, static and
    dynamic analysis, 		and compliance alternatives.   
    	·	Background for the development of the National Building Code
    of Canada.
    	·	Structural modeling, model calibration, sensitivity analysis,
    and limitations of 		modeling of complex structures.  Expertise
    in how specific site information 		on recorded vibrations from
    seismic or other vibration events can be used in 		modeling and
    design. 
    	·	Heritage conservation principles, standards and guidelines.
    
    Academic qualifications:  must possess a doctorate in structural
    or civil engineering related field of study.
    
    Professional designation and membership (membership must include
    a minimum of two years over the past five years): 
    	·	Licensed Professional Engineer (structural engineer) from any
    Canadian 		province or territory; however, those licensed
    outside of Ontario must be 		eligible and obtain a license as a
    Professional Engineer in Ontario by 			November 2014 for the
    duration of the contract.					·	Professor engaged in the field
    of Structural Engineering or building 			dynamics.
    	·	Member of the Canadian Association for Earthquake Engineering.
    	·	Member of the Canadian National Committee on Earthquake
    Engineering.
    
    
    4.	Applicability of the trade agreement(s) to the procurement 
    
    This procurement is subject to the following trade agreements:
    
    ·	World Trade Organization - Agreement on Government Procurement
    (WTO-AGP)
    ·	North American Free Trade Agreement (NAFTA)
    
    
    5.	Justification for the Pre-Identified Supplier 
    
    The services being sought are very specific and related to
    specialized subject matter expertise. The individual identified
    herein is one of only two individuals known to meet the Minimum
    Mandatory Requirements. 
    6.	Government Contracts Regulations  
    
    The Government Contracts Regulations apply to this requirement.
    
    
    7.	Ownership of Intellectual Property 
    
    Ownership of any Foreground Intellectual Property arising out of
    the proposed contract will vest in the Contractor.
    
    
    8.	Period of the proposed contract or delivery date 
    
    The proposed contract is for a period of three years, from
    October 2014 to October 2017. The contract will also include
    options to extend the contract period by two two-year periods.
    
    
    9.	Estimated level of effort of the proposed contracts 
    
    The level of effort for each proposed contract is estimated at
    twenty-three days. The level of effort for each option period is
    estimated at eight days.
    
    
    10. Name and address of the pre-identified suppliers 
    
    Jagmohan Humar			
    3 Huntwood Court			
    Ottawa, Ontario			
    	K1V 0R3
    				
    
    11. Suppliers' right to submit a statement of capabilities 
    
    Suppliers who consider themselves fully qualified and available
    to provide the services described in the ACAN may submit a
    statement of capabilities in writing to the contact person
    identified in this notice on or before the closing date of this
    notice. The statement of capabilities must clearly demonstrate
    how the supplier meets the Minimum Mandatory Requirements.
    
    
    12. Closing date for a submission of a statement of capabilities 
    The closing date and time for accepting statements of
    capabilities is October 14, 2014 at 2:00 p.m. (EDT).
    
    
    13. Inquiries and submission of statements of capabilities 
    
    Inquiries and statements of capabilities are to be directed to:
    
    Edward El-Zarka
    Supply Team Leader
    Dover Building 3rd Floor - 313
    185 Sparks Street 
    Ottawa, Ontario K1A 0S5 
    Telephone: 819-775-7156
    Facsimile: 819-775-7369
    E-mail: Edward.el-zarka@pwgsc-tpsgc.gc.ca
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate
    with one firm only as identified above. Should you have any
    questions concerning this requirement, contact the contracting
    officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and
    agencies to post a notice, for no less than fifteen (15)
    calendar days, indicating to the supplier community that it
    intends to award a good, service or construction contract to a
    pre-identified contractor. If no other supplier submits, on or
    before the closing date, a Statement of Capabilities that meets
    the requirements set out in the ACAN, the contracting authority
    may then proceed with the award.  However, should a Statement of
    Capabilities be found to meet the requirements set out in the
    ACAN, then the contracting authority will proceed to a full
    tendering process.
    
    Suppliers who consider themselves fully qualified and available
    to provide the services/goods described herein, may submit a
    statement of capabilities in writing to the contact person
    identified in this Notice on or before the closing date of this
    Notice. The statement of capabilities must clearly demonstrate
    how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the
    closing date of the ACAN must appear on the outside of the
    envelope in block letters or, in the case of a facsimile
    transmission, on the covering page.
    
    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
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Consulting Services Regarding Matters of a Confidential Nature (for contracts not covered by CETA, CFTA, WTO-GPA, CPTPP, CKFTA and CUFTA)

    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
    El-Zarka, Edward
    Phone
    (819) 775-7156 ( )
    Fax
    (819) 775-7369
    Address
    Booth Building 3rd Floor - 309
    Édifice Booth 3e étage - 309
    165 Sparks Street
    165, rue Sparks
    Ottawa, Ontario, 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

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    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: