SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

SVS DE RÉPARATION SUR SYSTÈMES DE CLIMATISATION (HVAC) ET SYSTÈMES DE RÉFRIGÉRATION D’ALIMENTATION

Solicitation number F3065-15N064/A

Publication date

Closing date and time 2016/05/03 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: 
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    REPAIR SERVICES FOR MARINE VESSEL AIR CONDITIONING SYSTEMS (HVAC) AND COMMERCIAL FOOD REFRIGERATION SYSTEMS ON CANADIAN COAST GUARD (CCG) SHIPS
    
    This requirment is for the Department of Fisheries and Oceans - Canadian Coast Guard (CCG) for a, as-and-when-requested basis, repair and maintenance services of marine vessel air conditioning systems (HVAC) and commercial food refrigeration systems on CCG ships moored.  The work will generally be done on board ships moored at ports in the great lakes area and along the Saint-Lawrence River.  
    
    The term of the Standing Offer is for an initial period of one (1) year with two (2) one (1) year option periods.
    
    The geographic area of the potential sites for services covered under this Standing Offer has been subdivided into two (2) geographic areas for the purpose of facilitating competition.
    
    West geographical area - Province of Ontario is comprised of the following ports: 
    Sarnia, 
    Burlington, 
    Prescott, and 
    Parry Sound.  
    
    East geographical area- Province of Quebec is comprised of the following ports: 
    Sorel-Tracy, 
    Quebec, 
    Rimouski, 
    Matane, and 
    Sept-Îles. 
    
    Public Works and Government Services Canada will evaluate each geographic area separately. The bidder may bid on one (1) or two(2) geographic areas, at his discretion.
    
    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 Agreement on Internal Trade (AIT).
    
    LIST OF SYSTEMS AND EQUIPMENT
    
    Department of Fisheries and Oceans - Canadian Coast Guard (CCG) ships are equipped with various marine vessel air conditioning systems and commercial food refrigeration systems. The following list is a sample ofthe systems that the Contractor may have to repair, including examples of manufacturers:
    
    a.   BERG Chilling Systems Inc. - Refrigeration units;
    b.   Bronswerk Marine Inc - HVAC, Condensing Units - 700M3; and
    c.   PORKKA - Prefabricated cold and freezer rooms.
    d.   Volume of air to HVAC in CCG ships - from 700M3 to 4500M3 (25,000 to 165,000 FT3)
    
    Mandatory Technical Criteria
    
    No.     Description of Criteria
    M.1   The Offeror must demonstrate that it employs on a permanent basis at least two (2) Refrigeration Mechanics with at least two (2) years of experience each. The Refrigeration Mechanics must have their Federal Regulations on Halocarbons Certification.
    
    M.2   The Offeror must demonstrate that it employs on a permanent basis at least two (2) Refrigeration assistants with at least two (2) years of experience each.
    
    M.3   The Offeror must demonstrate that it has the rolling stock required to perform service calls with the necessary tools for delivering repair and maintenance services of marine vessel air conditioning systems (HVAC)  and commercial food refrigeration listed in subsection 3 of Annex A.
    M.4    The Offeror must demonstrate that it has completed in the last seven (7) years at least one project in three (3) of the four (4) work categories for repair and maintenance services in relation to the repair and maintenance services of marine vessel air conditioning systems and commercial food refrigeration systems listed in subsection 3 of Annex A. (A. to D) as follows:
    
    A.   marine vessel air HVAC systems  700 M3 to 2,000 M3 ;
    B.   marine vessel air conditioning systems  2,001 M3 to 4,500 M3 ;
    C.   commercial food refrigeration systems Refrigerator, walk in; and
    D.   commercial food refrigeration systems Freezer, walk in.
    
    M.5   Offeror must have a work record free of accident(s), incident(s) and unsatisfactory work record(s) on CCG ships in the last two years including the following: 
    
    A.   Offeror personnel must not have a serious, light or minor accident on a CCG ships in the last two years from the date of issue of the solicitation:  (Any injury that requires more than local first aid.  This does not include a first aid injury were visit is made to a doctor for company or CSST regulations) 
    B.   Offeror personnel must not have an incident that caused damage to CCG equipment or ship in the last two years from the date of issue of the solicitation.  This includes an incident / accident that could have caused a serious or light injury in the last two years.
    C.The Offeror must not have an unsatisfactory rating with a contract or call up against standing offer in the last two years from the date of issue of the solicitation.
    
    Technical validation
    
    PWGSC and/or the CCG retain the option of visiting the Bidder’s facilities in order to validate that the equipment and rolling stock for the repair and maintenance services of marine vessel air conditioning systems and commercial food refrigeration systems listed in subsection 3 of Annex A are as indicated by the Bidder in its bid.
    
    Financial Evaluation
    
    The financial evaluation criteria is described at paragraph 3 of Annex E - Evaluation Plan of the RFP.  The evaluation plan incorporates:  hourly rates, travel time & distance, rates per kilometer, and addresses.  In order to be financially receivable all spaces reserved for hourly rates, travel time & distance, rates per kilometer, and addresses must be filled in.  Each of the two geographic areas have their own evaluation plan.
    
    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
    • Agreement on Internal Trade (AIT)
    • 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
    Tamaro, Daniel
    Phone
    (819) 420-2892 ( )
    Fax
    (819) 956-0897
    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

    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
    001
    French
    3
    001
    English
    6
    000
    French
    9
    000
    English
    17

    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)
    ,
    Quebec (except NCR)
    Procurement method
    Competitive – Open Bidding

    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: