Cleaning Requirements, FMFCS Cape Scott, Nova Scotia
Solicitation number W3554-186250/A
Publication date
Closing date and time 2018/03/29 13:00 EDT
Last amendment date
Description
Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: Cleaning Requirements, FMFCS Cape Scott, Nova Scotia Public Services and Procurement Canada (PSPC) on behalf of the Department of National Defence has a requirement for the furnishings of all labour, tools, transportation, equipment’s and supervision required to provide a complete and satisfactory janitorial service to various Fleet Maintenance Facility Cape Scott (FMFCS) Facilities, HMC Ships, Submarines & CFAV Vessels in Nova Scotia. Optional Site Visit It is recommended that the Bidder or a representative of the Bidder visit the work site. Arrangements have been made for the site visit to be held at FMFCS Cape Scott on 20 March 2018. The site visit will begin at 10:30am Atlantic Daylight Saving time in Fleet Maintenance Facility Cape Scott, 2365 Provo Wallis Street, Rainbow Gate Entrance, Halifax, Nova Scotia. Bidders are requested to communicate with the Contracting Authority no later than March 16, 2018, 3pm Atlantic Daylight Saving time to confirm attendance and provide the name(s) of the person(s) who will attend. Bidders may be requested to sign an attendance sheet. Bidders who do not attend or do not send a representative will not be given an alternative appointment but they will not be precluded from submitting a bid. Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation. Interested suppliers are required to forward the information below to the contracting authority: 1. Company Name 2. Names of attendees 3. Vehicle information including the year, make, model color and plate number Security Requirements: There is a security requirement associated with this requirement. For additional information, see Part 6 - Security and Other Requirements, and Part 7 - Resulting Contract Clauses. To be considered responsive, a bid must meet all of the mandatory evaluation criteria in PART 4-Evaluation Procedures and Basis of Selection of the Request for Proposal . Bidders not meeting all of the mandatory requirements will be given no further consideration. Phased Bid Compliance Process applies to this procurement. The bidder must provide evidence of its experience and past performance by referencing projects or contracts satisfactorily rendered for a minimum of two (2) consecutive years within the past five (5) years, wherein the range of janitorial services provided are comparable to those described in this Request for Proposal (RFP). The bidder’s start and completion date for all referenced projects or contracts must total two years. The start and completion dates for each project must be completed by each bidder. For evaluation purposes, projects on or after January 01, 2013 constitutes past five (5) years. Bidders can provide more projects and contracts to demonstrate two (2) years. Period of this Request for Proposal will be Two years (2) plus an additional three (3),12 month option periods, if required. INQUIRIES: All inquiries of a technical nature and all questions of a contractual nature are to be submitted to the Contracting Authority: Chukwudi Chinye, telephone (902) 401-7604, facsimile: (902) 496-5016, and email- chukwudi.chinye@pwgsc.gc.ca. Inquiries are to be made in writing and should be received no less than five (5) calendar days prior to the closing date to allow sufficient time to respond. This 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) Delivery Date: 09/02/2018 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-Korea Free Trade Agreement (CKFTA)
-
Canadian Free Trade Agreement (CFTA)
-
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
-
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
- Chinye (HAL), Chukwudi
- Phone
- (902) 401-7604 ( )
- Email
- chukwudi.chinye@pwgsc-tpsgc.gc.ca
- Fax
- (902) 496-5016
- Address
-
1713 Bedford Row
Halifax, N.S./Halifax, (N.É.)Halifax, Nova Scot, B3J 1T3
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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.PW_HAL.B122.F5723.EBSU002.PDF | 002 |
French
|
2 | |
ABES.PROD.PW_HAL.B122.E5723.EBSU002.PDF | 002 |
English
|
15 | |
ABES.PROD.PW_HAL.B122.F5723.EBSU001.PDF | 001 |
French
|
0 | |
ABES.PROD.PW_HAL.B122.E5723.EBSU001.PDF | 001 |
English
|
18 | |
ABES.PROD.PW_HAL.B122.F5723.EBSU000.PDF | 000 |
French
|
6 | |
ABES.PROD.PW_HAL.B122.E5723.EBSU000.PDF | 000 |
English
|
48 |
Access the Getting started page for details on how to bid, and more.