Environmental Investigations Stony Point First Nations, Ontario
Solicitation number EN438-188001/A
Publication date
Closing date and time 2018/06/19 14:00 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: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: Environmental Investigations Stony Point First Nations, Ontario EN438-188001/A Denbeigh, Andrew Telephone No. - (613) 484-1586 Fax No. - (613) 545-8067 E-mail address: Andrew.Denbeigh@pwgsc-tpsgc.gc.ca 1.1.1 The Department of National Defence (DND) requires multi-year Environmental Site Assessment (ESA), Human Health and Ecological Risk Assessment (HHERA), and/or Risk Management services to facilitate development and implementation of: a Clearance and Remediation Plan for the clearance of Unexploded Explosive Ordnance (UXO); remediation of Areas of Environmental Concern (AECs); and infrastructure removal at the former Camp Ipperwash at Stony Point, Ontario (the Site), as per the terms of the Ipperwash Final Settlement Agreement between the Chippewas of Kettle and Stony Point and Her Majesty the Queen in Right of Canada (the Final Settlement Agreement). The scope of tasks to be completed under this environmental services contract will not include development of the Clearance and Remediation Plan. DND will develop the Clearance and Remediation Plan with support from Stantec Consulting Ltd. (Stantec) under a separate contract. The scope of services to be completed under this environmental services contract will be those related to AECs and not those related to UXO. UXO clearance of specific areas will be carried out prior to ESA field investigations. However, the scope of tasks to be completed under this environmental services contract will include development and implementation of site-specific health and safety plans for ESA field investigations that identify, control, and mitigate risks associated with the potential presence of UXO in working areas. The scope of tasks to be completed under this environmental services contract will not include UXO clearance, remediation of contaminated media, or infrastructure removal but may involve completion of Remedial/Risk Management Options Evaluations (ROEs), Risk Management Plans (RMPs), and/or Remedial Action Plans (RAPs) for AECs. The specific scope of tasks to be completed under this environmental services contract will be determined by DND, as required, within individual Task Authorizations. DND will oversee implementation of the work and PSPC will administer the contract. Stantec (under a separate contract) will provide project management support and technical support services to DND, including quality control support services (including review of work plans and reports produced by the Contractor), for implementation of the work. The term of the contract will be from the date of award until 31 March 2020 with an option for Canada to extend the Contract by three additional one year periods to 31 March 2023. 1.1.2 There are no security requirements associated with this requirement. 1.1.3 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), and the Canadian Free Trade Agreement (CFTA). 1.1.4 The Federal Contractors Program (FCP) for employment equity applies to this procurement; see Part 5 - Certifications, Part 7 - Resulting Contract Clauses and the annex titled Federal Contractors Program for Employment Equity - Certification. 1.1.5 There is an mandatory bidders’ conference associated with this requirement. It is mandatory 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 Stony Point on 25 May 2018. The site visit will begin at 9:00 a.m. EDT outside the front entrance. This is an active construction site so hard hats, reflective vests and safety boots must be worn during the site visit. There is a risk of coming in contact with poison ivy during the site visit so non-porous pants or high boots should be worn. At the end of the site visit there will be a decontamination station set up to rinse off any poison ivy from clothing. Bidders must communicate with the Contracting Authority no later than 3:00 p.m. EDT on 22 May 2018 to confirm attendance and provide the name(s) of the person(s) who will attend. Bidders that have not confirmed they will be attending may not be admitted to the site. Bidders will be required to sign an attendance sheet. Bidders should confirm in their bid that they have attended the site visit. Bidders who do not attend the mandatory site visit or do not send a representative will not be given an alternative appointment and their bid will be declared non-responsive. Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation. 1.1.6 The Phased Bid Compliance Process applies to this requirement. 1.1.7 The successful Bidder must sign a non-disclosure agreement in Annex D 1.1.8 It is Canada’s requirement that the Bidder that receives this and or future Contracts for Environmental Investigation at Stony Point First Nations must not participate in the solicitation process or the contract for the Environmental Remediation of Stony Point First Nation. To ensure that there will be no future conflicts of interest on this project the successful Contractor must abide by the conflict of interest - exclusion clause as stated in 6.16. 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
-
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
- Denbeigh, Andrew
- Phone
- (613) 484-1586 ( )
- Email
- andrew.denbeigh@pwgsc-tpsgc.gc.ca
- Fax
- (613) 545-8067
- Address
-
Kingston Procurement
Des Acquisitions Kingston
86 Clarence Street, 2nd floorKingston, Ontario, K7L 1X3
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.PW_KIN.B615.F7490.EBSU005.PDF | 005 |
French
|
4 | |
ABES.PROD.PW_KIN.B615.F7490.EBSU004.PDF | 004 |
French
|
3 | |
ABES.PROD.PW_KIN.B615.E7490.EBSU005.PDF | 005 |
English
|
18 | |
ABES.PROD.PW_KIN.B615.E7490.EBSU004.PDF | 004 |
English
|
12 | |
ABES.PROD.PW_KIN.B615.F7490.EBSU003.PDF | 003 |
French
|
0 | |
ABES.PROD.PW_KIN.B615.E7490.EBSU003.PDF | 003 |
English
|
12 | |
ABES.PROD.PW_KIN.B615.F7490.EBSU002.PDF | 002 |
French
|
12 | |
ABES.PROD.PW_KIN.B615.E7490.EBSU002.PDF | 002 |
English
|
20 | |
ABES.PROD.PW_KIN.B615.F7490.EBSU001.PDF | 001 |
French
|
5 | |
ABES.PROD.PW_KIN.B615.E7490.EBSU001.PDF | 001 |
English
|
31 | |
ABES.PROD.PW_KIN.B615.F7490.EBSU000.PDF | 000 |
French
|
12 | |
ABES.PROD.PW_KIN.B615.E7490.EBSU000.PDF | 000 |
English
|
93 |
Access the Getting started page for details on how to bid, and more.