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)
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
- McFadden (NCS), Brad
- Phone
- (780) 497-3636 ( )
- Fax
- (780) 497-3842
- Address
-
Northern Contaminated Site Program
Telus Plaza North, 5th floor
10025 Jasper AvenueEdmonton, Alberta, T5J 1S6
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.BK_NCS.B006.E9690.ATTA002.PDF |
English
|
3 | ||
ABES.PROD.BK_NCS.B006.E9690.ATTA001.PDF |
English
|
4 | ||
ABES.PROD.BK_NCS.B006.E9690.EBSU000.PDF | 000 |
English
|
14 | |
ABES.PROD.BK_NCS.B006.E9690.EBSU001.PDF | 001 |
English
|
0 | |
ABES.PROD.BK_NCS.B006.E9690.EBSU002.PDF | 002 |
English
|
1 | |
ABES.PROD.BK_NCS.B006.F9690.EBSU000.PDF | 000 |
French
|
0 | |
ABES.PROD.BK_NCS.B006.F9690.EBSU002.PDF | 002 |
French
|
1 | |
ABES.PROD.BK_NCS.B006.F9690.EBSU001.PDF | 001 |
French
|
0 |
Access the Getting started page for details on how to bid, and more.