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)

    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
    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 floor
    Kingston, Ontario, K7L 1X3

    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
    005
    French
    4
    004
    French
    3
    005
    English
    18
    004
    English
    12
    003
    French
    0
    003
    English
    12
    002
    French
    12
    002
    English
    20
    001
    French
    5
    001
    English
    31
    000
    French
    12
    000
    English
    93

    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 Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: