SAP Ariba system maintenance

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

  • Saturday, July 20 from 8:00 pm until 11:59 pm  (Eastern Time) 

CAM-A Sturt Point DEW Line Site

Solicitation number EW699-132803/A

Publication date

Closing date and time 2013/03/04 16:00 EST

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: YES (MERX) Electronic
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: Yes
    Nature of Requirements: 
    Remediation of Sturt Point, Nunavut
    
    Background:
    
    CAM-A, Sturt Point is a former Intermediate Distant Early
    Warning (DEW) Line radar station constructed in 1957 by the
    United States Air Force (USAF)) and was subsequently abandoned
    in 1963. Responsibility for the site was assumed by the
    Department of Indian Affairs and Northern Development (DIAND) in
    1965. The site is located on the southern coast of Victoria
    Island, overlooking the Queen Maud Gulf, at 6847' 10320'
    
    The nearest community to CAM-A is Cambridge Bay located
    approximately 80 km to west. CAM-A is also located approximately
    25 km southeast of CAM-A3A which was constructed as a Short
    Range Radar facility (SSR) during the modernization of the DEW
    Line in the late 1980' and early 1990'
    
    The CAM-A Intermediate DEW Line site included station area
    facilities, consisting of a module train, warehouse, garage, a
    POL storage facility and a radar tower. Access to the site is
    provided by a 1200 m long airstrip, located north of the station
    facilities and beach landing areas located to the south of the
    station facilities. A Fresh Water Lake is located approximately
    600 m northwest of the airstrip. Gravel roads were built linking
    the airstrip, Beach Area and Fresh Water Lake to the Station
    Area facilities.
    
    Infrastructure remaining on site includes the powerhouse module
    of the building train, a felled Doppler communication tower and
    foundations from the garage, warehouse and two Petroleum, Oil,
    and Lubricants (POL) storage and distribution facilities.
    
    Project Scope:
    
    Public Works and Government Services Canada (PWGSC) on behalf of
    Aboriginal Affairs and Northern Development Canada (AANDC) has a
    requirement for remediation activities at Sturt Point, Nunavut.
    Project requirements include but are not limited to the items
    below.  
    
    General remediation activities at Sturt Point will consist of ;
    
    Mobilization and demobilization of all personnel, equipment,
    support facilities and materials required to complete the Work. 
    Upgrading of site roads to facilitate construction activities.
    Demolition, waste stream segregation, containerization and
    on-site transport of buildings and infrastructure.  Surface
    debris collection, waste stream segregation, containerization,
    and on-site transport.  Excavation and containerization or
    treatment of Contaminated Soils, as required.  Development,
    operation and closure of Petroleum Hydrocarbon (PHC) treatment
    facilities.  Excavation of buried debris, segregation of soil
    and debris into waste streams (hazardous and non-hazardous),
    containerization, and on-site transport of waste.  On-site
    incineration of non-hazardous, unpainted, untreated combustible
    waste.  Collection, cleaning and disposal of barrels and
    contents.  On-site incineration of barrel contents that meet
    incineration criteria.  Off-site transport and disposal of
    non-hazardous, non-combustible waste and contaminated soil at
    the Contractor' Designated off-site Non-Hazardous Waste Disposal
    Facility.  Off-site transport and disposal of Hazardous Waste at
    the Contractor' Designated Hazardous Waste Disposal Facility. 
    Development and reclamation of local borrow sources  Regrading
    of site works.  Backfilling and grading of all excavated areas. 
    Provision of the following site support services:  Construction
    Camp as specified, Camp Facilities, including operation,
    maintenance, catering and janitorial service.  
    
    BIDDERS' CONFERENCE (OPTIONAL)
    
    An optional bidders' conference to review the bid documents is
    tentivly scheduled to be held in Yellowknife, NT on Thursday
    February 7th, 2013. Registration is at 9:45 a.m. and the
    conference will commence at 10:00 a.m. (MST), at a location to
    be determined. This is not a Mandatory Bidders' Conference and
    as such, those who do not attend are not precluded from
    submitting a bid. However, bidders are strongly encouraged to
    attend.
    
    All travel & living costs associated with travel to Yellowknife
    and attendance at the Bidder's Conference will be borne by the
    Bidder or their representative(s).Bidders are requested to
    communicate with the Contracting Authority prior to the bidders'
    conference to confirm attendance.  Bidders are to provide the
    Contracting Authority, in writing, the names of their
    representative(s) who will be attending and a list of issues
    that they wish to table no later than three (3) working days
    prior to the scheduled bidders' conference. Contact Brad
    McFadden via e-mail at brad.mcfadden@pwgsc.gc.ca to confirm your
    attendance.  When registering please copy my back up Marc Poot
    at marc.poot@pwgsc.gc.ca as I will be away for a portion of the
    solicitation period.
    
    Bidders, or their representative(s), are requested to attend
    this conference during which the requirements outlined in this
    bid solicitation document will be reviewed and any questions
    will be answered.  In order to fully understand the scope of the
    requirement, it is recommended that bidders who intend on
    submitting a proposal attend or send a representative.
    
    Bidders are advised that any clarifications or changes resulting
    from the bidders' conference shall be included as an amendment
    to the Request for Proposal document.
    
    NOTE: BIDDERS ARE REMINDED TO BRING THEIR COPY OF THE REQUEST
    FOR PROPOSAL DOCUMENT TO THE BIDDERS' CONFERENCE,  AS  DOCUMENTS
    WILL NOT BE SUPPLIED.
    
    
    SOURCING
    
    This competitive requirement is subject to the provisions of the
    Agreement on Internal Trade (AIT).  The Notice of Proposed
    Procurement will be posted on the Government Electronic
    Tendering Service.
    
    The requirements of the Nunavut Comprehensive Land Claim
    Agreement (CLCA) will apply to this procurement and the
    appropriate notification will be provided to the Nunavut
    Tunngavik Incorporated and associated recipients in compliance
    with the agreement.  The benefits that apply to this procurement
    are contained in: Section 4: Inuit of  Nunavut CLCA, clauses
    24.5.1; 24.5.2; 24.5.3; 24.6.1; 24.7.1.  Bidders will be
    requested to maximize involvement of local Inuit groups within
    the CLCA.	
    
    CONTRACTOR EVALUATION AND SELECTION CRITERIA 
    
    The method of procurement chosen for this requirement calls for
    the submission of proposals by contractors who will deliver a
    strategy that best meets Canada's needs as described in the RFP.
     Proposals must meet all Mandatory requirements set out in the
    bid evaluation criteria. Those bidders who achieve a minimum 
    60% overall score in the Technical and Management/Organization
    sections will be further considered using the assessed Best
    Value to the Crown (60% Merit + 40% Cost) Contractor Selection
    method set out in the bid documents.
    
    For more information on this project please order the document
    from MERX.
    
    This PWGSC office provides procurement services to the public in
    English.
    
    
    
    		
    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

    • Agreement on Internal Trade (AIT)

    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
    McFadden (NCS), Brad
    Phone
    (780) 497-3636 ( )
    Fax
    (780) 497-3842
    Address
    Northern Contaminated Site Program
    Telus Plaza North, 5th floor
    10025 Jasper Avenue
    Edmonton, Alberta, T5J 1S6

    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.

    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
    Nunavut Territory

    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: