AFD SERVICES - RP-2 / CAMPUSES

Solicitation number EP008-122111/A

Publication date

Closing date and time 2012/07/18 14:00 EDT


    Description
    Trade Agreement: NAFTA/AIT/Canada-Peru FTA/Canada-Colombia FTA
    Tendering Procedures: 
    Attachment: None
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    REQUEST FOR INFORMATION (RFI)
    
    FOR
    
    Real Property 2 - National Capital Region Property Management
    Services
    Project Delivery Services and Optional Services
    At Campus Facilities in the National Capital Region
    
    FOR
    
    The Department of Public Works and Government Services Canada
    (PWGSC)
    
    
    NATURE OF REQUIREMENTS
    This is not a bid solicitation. This Request for Information
    (RFI) will not result in the award of any contract; therefore,
    potential suppliers of any goods or services described in this
    RFI should not earmark stock or facilities, nor allocate
    resources, as a result of any information contained in this RFI.
    This RFI will not result in the creation of any source list;
    therefore, whether or not any potential supplier responds to
    this RFI will not preclude that supplier from participating in
    any future procurement. Also, the procurement of any of the
    goods and services described in this RFI will not necessarily
    follow this RFI. This RFI is simply intended to solicit feedback
    from industry with respect to the contents of this RFI.  This
    RFI has excerpts that may or may not be used in the Request for
    Proposal (RFP) at a future date. This RFI has also provided a
    Draft Statement of Work (SOW), which may be used in a future
    procurement, for information purposes.  The Government of Canada
    will not reimburse any respondent for expenses incurred in
    responding to this RFI.
    
    BACKGROUND
    PWGSC's Alternative Forms of Delivery Directorate (AFD) is
    preparing to issue two or more Real Property Requests for
    Proposals (RFP).  Two initially planned RFPs are named and
    referred to as:
    
    -Real Property 1 (RP-1), which represents the solicitation for
    Contracts across Canada that provide a range of Property
    Management Services, Project Delivery Services and Optional
    Services
       
    -Real Property 2 (RP-2), which represents the solicitation for
    Property Management Services, Project Delivery Services and
    Optional Services related to the Carling Campus, Tunney's
    Pasture and Graham Spry Building within the National Capital
    Region.  
    
    Note that PWGSC reserves the right to change the scope and
    number of facilities to be included in RP-2. The AFD Directorate
    will make an effort to ensure there is consistency in the
    language used for both solicitations.  Due to the size and
    complexity and timing, RP-2 will be released before RP-1.  As
    such, we seek industry feedback for RP-2. Feedback, if
    appropriate, may also be considered in the development of the
    RP-1 strategy and procurement documents.
    
    OBJECTIVE OF RFI
    PWGSC has released this RFI to elicit feedback from industry by
    sharing some draft content of the upcoming RFP for RP-2 Property
    Management Services, Project Delivery Services and Optional
    Services related to the Carling Campus Tunney's Pasture and
    Graham Spry Building within the National Capital Region.  The
    RFP will be structured in the same way as this RFI.  Respondents
    who wish to comment on any aspect of the "Draft RFP content"
    provided are asked to please ensure they use specific references
    to the article numbers and paragraphs and address all comments
    to the Contracting Authority via email
    (tony.rice@pwgsc-tpsgc.gc.ca).
    
    PWGSC will consider all comments from industry in determining
    the final RFP.  All comments are required by the closing date of
    this RFI, however, respondents are encouraged to send comments
    to the Contracting Authority as early as possible to expedite
    the release date of the RFP.  PWGSC anticipates the release of
    the RFP in August 2012.  
    
    The RFP content remains under development. Sections as indicated
    below are provided for information and to obtain feedback.
    
    1) Security requirements for an ensuing RFP will require
    "Secret" at bid closing.  If you do not currently hold a
    Designated Organization Screening (DOS) or Facility Security
    Clearance (FSC) at "Secret" level and wish to participate in
    bidding, you are asked to contact Canadian Industrial Security
    Directorate (CISD) at
    http://ssi-iss.tpsgc-pwgsc.gc.ca/ssi-iss/org/org-eng.html.
    
    2) Contract Financial Security - Consider the amounts shown and
    comment accordingly.  
    
    3) Bid Instructions - Bid submission requirements.  The dollar
    amount required for bid security.  This amount will be required
    to submit a bid. 
    
    4) Basis of Payment - Basis of Payment - A summary is presented
    for comments.
    
    5) Evaluation Criteria - Please note the different approach to
    evaluation from previous similar RFPs and the consideration
    given to Scenarios.  It is anticipated that proposals will be
    evaluated against criteria based on both technical merit and
    financial merit.  Bidders will be asked to provide a technical
    response to a criterion without cost data and subsequently the
    same technical criterion with cost data. This approach will
    allow PWGSC to evaluate the bidder's ability to demonstrate how
    they will provide best value to Canada.  The Scenarios will
    allow PWGSC to evaluate the bidder's ability to demonstrate
    their approach to situations.
    
    6) Insurance Requirement - Consider the forms of policy required
    for Wrap-Up General Liability and Blanket Builder's Risk and
    comment accordingly.
    
    Please note that PWGSC will consider all comments, but reserves
    the right to do what is in the best interest of Canada.
    
    TREATMENT OF RESPONSES
    Use of Responses: Responses to this RFI will not be evaluated. 
    However, the responses received may be used by Canada to develop
    or modify procurement strategies or any draft documents
    contained in this RFI. Canada will review all responses received
    by the RFI closing date. Canada may, in its discretion, review
    responses received after the RFI closing date.
    
    Review Team: A review team will review the responses. Canada
    reserves the right to hire any independent consultant, or use
    any government resources that it considers necessary to review
    any response. Not all members of the review team will
    necessarily review all responses.
    
    Confidentiality: Respondents should mark any portions of their
    response that they consider proprietary or confidential. Canada
    and its consultants will treat those portions of the responses
    as confidential to the extent permitted by the Access to
    Information Act.
    
    ENQUIRIES
    Respondents with questions regarding this RFI may direct their
    enquiries to the Contracting Authority identified herein.
    However, because this is not a bid solicitation, Canada will not
    necessarily respond to all enquiries in writing or by
    circulating answers to all potential suppliers. 
    
    SUBMISSION REQUIREMENTS
    Respondents who wish to comment on the any aspect of the RFI for
    RP-2 are asked to please ensure they use specific references to
    the article numbers and paragraphs and address all comments to
    the Contracting Authority via email
    (tony.rice@pwgsc-tpsgc.gc.ca).
    
    DELIVERY DATE:  
    Responses are due no later than 18 July 2012.
    
    Documents may be submitted in either official language of Canada.
    
    CONTRACTING AUTHORITY
    Tony Rice
    2720 Riverside Drive
    Sir Charles Tupper Building
    Ottawa, Ontario
    K1A 0S5
    (613) 736-2870
    Email: tony.rice@pwgsc-tpsgc.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.

    Trade agreements

    • 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
    Rice, Tony G.
    Phone
    (613) 736-2870 ( )
    Fax
    (613) 736-3114
    Address
    Main Building Wing 2400/
    Édifice Main Aile 2400
    150 Tunney's Pasture/
    150, Pré Tunney
    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

    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
    000
    French
    11
    000
    English
    95

    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 Information
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except 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: