Louis St. Laurent Dry-Dock

Solicitation number F6855-220001/A

Publication date

Closing date and time 2020/11/19 14:00 EST

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Government Objectives Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Chantier Davie Canada Inc.
    22 rue George-D.-Davie
    Lévis Quebec
    Canada
    G6V0K4
    Nature of Requirements: 
    
    Advance Contract Award Notice
    1. Advance Contract Award Notice (ACAN) 
    o An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.
    2. Definition of the requirement 
    o The CCGS Louis St. Laurent is a Heavy Ice Breaker that was constructed in 1969, then underwent a Mid Life Modernization Canadian Coast Guard in the 1990s during which the vessel was re-engined, a new bow was installed, the accommodations were rebuilt and many of the auxiliaries were replaced.  Subsequently the vessel has under gone two vessel life extensions. The vessel had a primary role of icebreaking on the East Coast of Canada and the Arctic. The vessel also supports Search and Rescue (SAR), Maritime Security, and both the Fisheries Management and Conservation and Protection Programs. 
    o $50,000,000 has been allotted, as part of Vessel Life Extension two (VLE 2) to extend the vessels life for an additional 10 years. 
    
    o The vessel is Canada’s largest ice breaker and cannot be taken out of service for sufficient length of time to complete all the work in the VLE work package in one uninterrupted work period. To accommodate the vessels operational commitments, and to accomplish the large quantity of work included in the VLE work package, the work period of the Contract will extend over several years. 
    o The VLE project plan is to continue the portions of the dry-docking work started in 2022 alongside in the spring of 2023 between the winter ice season and the summer Arctic operations. 
    o Alongside work will also be carried out under separate contracts during the normal operational transition periods between the summer Artic operations and the following winter ice seasons in the fall 2024, spring, 2025, fall 2025, spring 2026, fall 2026, and fall 2027 alongside in the vessels home port in St. John’s, Newfoundland.  This work will be locally competed and contracted separately through the PSPC office in St. John’s NFLD.  
    o The project team intends to award the VLE contract in the fall of 2021. The contractor will engineer and plan the work prior to the first phase, procure equipment and materials for the entire VLE work plan, then commence the implementation during the spring 2022 dry dock work period. The nature of the VLE work package is that it must be completed by the contractor. 
    o The intent is to complete the VLE work in three separate dry-dockings at the shipyard from 2022 to 2027. 
    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) 
    o Any interested supplier must demonstrate by way of a statement of capabilities that its product/equipment/system (as appropriate) meets the following requirements: 
    1. An operating shipyard, equipped with steel plate cutting, steel fabricating capabilities, as well as other infrastructure needed to support the work including cranage, pipe shops, electrical shops and quality assurance.
    2. The shipyard must be currently in possession of a certified dry-dock or certified floating dock capable of dry-docking the CCGS Louis St. Laurent for the work periods in 2022, 2024 and 2027. Ability to supply adequate shore power and other services including water, internet and telephone services.
    3. The Contractor must have a fully secured and safe alongside docking facility at which to secure the vessel for an alongside refit from April to July 2023 and include all the services mentioned above in assessment criteria 2.
    4. The Contractor must possess CSA W47.1, Certification for Companies for Fusion Welding of Steel (Minimum Div 2) or equivalent.
    5. The supplier must be willing to accept full care and custody of the vessel from arrival at their facility, and assume all liability for the vessel while in their custody.
    6. Vessel transfer and work scope would have to be completed within the time frames noted above
    7. As part of their Statement of Capabilities, the shipyard will be required to include:
    
    a.  a naval architect to develop a docking plan (including blocking plan) to safely dock and undock the vessel in their dry-dock
    b. The human resources, including direct and indirect labour required to complete a project of this magnitude with an estimated $40M of total labour over duration of the work periods.
    .
    c. Engineering and procurement capacity to address a large quantity of pre-engineering work and procurement of equipment and materials at an estimated cost of $10 million.
    
    4. Applicability of the trade agreement(s) to the procurement 
    o This procurement is subject to the following trade agreement:
    • The Canadian Free Trade Agreement (CFTA)
    5. Set-aside under the Procurement Strategy for Aboriginal Business
    • Not applicable
    6. Comprehensive Land Claims Agreement(s):
    •  Not applicable.
    7. Justification for the Pre-Identified Supplier 
    o The pre-identified supplier is the only shipyard in eastern Canada with infrastructure large enough to dry-dock the CCGS Louis St. Laurent.
    8. Government Contracts Regulations Exception(s) 
    
    The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection subsection 6(c), and (d) 
    • 6 Notwithstanding section 5, a contracting authority may enter into a contract without soliciting bids where
    6(c) the nature of the work is such that it would not be in the public interest to solicit bids; 
    6(d) only one person is capable of performing the contract.
    9. Exclusions and/or Limited Tendering Reasons 
    ? Not applicable
    10. Ownership of Intellectual Property 
    ? Not applicable.
    11. Period of the proposed contract or delivery date 
    
    o The work will be done in phases between March 2022 and June 2027
    o The estimated dry-docking and work period for the first phase is between March 2022 and June 2022.  
    o CCGS Louis St Laurent particulars:
    Length (m): 119.6
    Breadth (m): 24.4
    Draft (m): 9.9
    Freeboard (m): 6.4
    Gross Tonnage (t): 11,345
    Net Tonnage (t): 3,403
    
    12. Cost estimate of the proposed contract 
    o The estimated value of the contracts, including option(s), is $50.0M (GST/HST extra). 
    13. Name and address of the pre-identified supplier:
    Chantier Davie Canada Inc.
    22, rue George-D. Davie
    Levis, QC
    G6V 0K4
    14. Suppliers' right to submit a statement of capabilities:
    Suppliers who consider themselves fully qualified and available to provide the goods described in the ACAN may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    15. Closing date for a submission of a statement of capabilities: 
    o November 19,2020,  2:00 p.m. EST
    16. Inquiries and submission of statements of capabilities are to be directed to:
    Haitham Abbas
    11 Laurier Street
    Gatineau, QC
    K1A 0S5
    Telephone:  819-955-1436
    Email:  Haitham.Abbas@tpsgc-pwgsc.gc.ca
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award.  However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    
    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page.
    
    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

    • Canadian Free Trade Agreement (CFTA)

    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
    Abbas, Haitham
    Phone
    (819) 955-1436 ( )
    Email
    haitham.abbas@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    11 Laurier St. / 11, rue Laurier
    6C2, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Ontario (except NCR)
    ,
    Quebec (except NCR)
    ,
    National Capital Region (NCR)
    Procurement method
    Non-Competitive
    Selection criteria
    Consulting Services Regarding Matters of a Confidential Nature

    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: