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)
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
- 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 TunneyOttawa, Ontario, 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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.BK__GC.B003.F60741.EBSU000.PDF | 000 |
French
|
11 | |
ABES.PROD.BK__GC.B003.E60741.EBSU000.PDF | 000 |
English
|
95 |
Access the Getting started page for details on how to bid, and more.