SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

Resolution Island Remediation

Solicitation number EW699-181727/A

Publication date

Closing date and time 2018/01/30 15:00 EST

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: Yes
    Nature of Requirements: 
    
    Resolution Island Remediation
    
    EW699-181727/A
    Olson (NCS), Teresa
    Telephone No. - (204) 230-4558
    Email - teresa.olson@pwgsc.gc.ca
    
    Public Services and Procurement Canada on behalf of Indigenous and Northern Affairs Canada has a requirement for the environmental site remediation at BAF-5 Resolution Island, Nunavut.  
    
    The proposed requirement is subject to the following Comprehensive Land Claims Agreements: Agreement Between the Inuit of the Nunavut Settlement Area and Her Majesty the Queen in Right of Canada
    
    This requirement is subject to the Canadian Free Trade Agreement.
    
    Bidders are responsible for obtaining copies of bid forms and special instructions and amendments issued prior to bid closing, and are to ensure they are addressed in the submitted bid. 
    
    VALUE OF PROJECT
    To assist with bonding and insurance requirements, this project is estimated at a value between: $5,000,001 and $10,000,000.
    
    An optional bidders' conference will be held by Web-Ex on January 4, 2018. The conference will begin at 10:00am CT. The scope of the requirement outlined in the bid solicitation will be reviewed during the conference and questions will be answered. It is recommended that bidders who intend to submit a bid attend or send a representative.
    
    Bidders are requested to communicate with the Contracting Authority before the conference to confirm attendance and obtain call in information by email: teresa.olson@pwgsc.gc.ca or telephone: 204-230-4558. Bidders should provide, in writing, to the Contracting Authority, the name(s) of the person(s) who will be attending and a list of issues they wish to table no later than January 2, 2018. 
    
    Any clarifications or changes to the bid solicitation resulting from the bidders' conference will be included as an amendment to the bid solicitation. Bidders who do not attend will not be precluded from submitting a bid.
    
    This procurement contains MANDATORY requirements. Failure to comply will result in rejection of your bid.
    
    1. BACKGROUND: 
    a. BAF-5, Resolution Island was constructed in 1954 as part of the Pole Vault system, providing a communications link between the Distant Early Warning (DEW) Line and military bases in southern Canada and the United States. The site was vacated as a Pole Vault facility and Strategic Air Command Communications (SACC) post by the United States Air Force (USAF) in 1972 and then used by the Canadian Coast Guard as a Long Range Navigation (LORAN) navigational aid facility until 1974. Responsibility for the site was assumed by the Department of Indian Affairs and Northern Development (DIAND) now Indigenous and Northern Affairs Canada (INAC) in 1976. In 1985, a portion of the site was secured for use by the Department of Defense (DND) as a Short Range Radar (SRR) which was still in operation in 2015. The site is located on the northeast coast of Resolution Island, at 61º30’N, 65º00’W.
    
    b. The original environmental remediation at the site commenced in 1997 and was completed in 2006. The scope of work included remediation of contaminated soil, demolition of select structures, disposal of non-hazardous waste and contaminated soil in on site landfills, containerization and off-site transport of hazardous waste and infrastructure improvements to support remediation activities. The original project was focused on bringing the site into legal compliance with respect to the Canadian Environmental Protection Act (CEPA) and Fisheries Act legislation.
    
    c. The nearest communities to BAF-5 are Iqaluit, located approximately 310 kilometres (km) to the north-northwest, and Kimmirut, located approximately 300 km to the northwest. Inuit parties are known to hunt and fish in the area on occasion, but no permanent settlement exists on Resolution Island.
    
    d. The BAF-5 Pole Vault site originally accommodated up to two hundred (200) military personnel and consisted of forty (40) permanent buildings, including accommodations buildings, storage buildings, warehouses, fuel storage facilities and a troposcatter communication complex. Access to the site is provided by a 450 metre (m) long airstrip, located west of the station facilities, and by a beach landing area, located east of the station facilities. Two Freshwater sources have been investigated previously. Old Freshwater Lake is located approximately 1.3 km south of the airstrip. New Freshwater Lake is located approximately 1.3 km southwest of the Beach Landfill. Gravel roads were built linking the airstrip, Beach Area and Old Freshwater Lake to the Station Area facilities.
    
    e. Infrastructure remaining on site includes Building S9 and S10 (officer’s quarters and mess buildings), Building S16 (cold storage building), Building S17 (warehouse), Building S18 (vehicle storage building), Building RD3 (Old Radome), Building S20 (former monitoring camp) and Shed, Generator Building, Building N10, Building North of N10, Covered Walkway, Remote Antenna Building, Building B2 (beach warehouse) , above ground POL tanks (Camp Tank, Helipad Tank and Beach Tanks), felled communication structures and concrete anchor pads, and concrete foundations.
    
    f. An assessment of site access was completed during the 2013 Maintenance Assessment. Site roads were generally in fair condition, with sections of the roads being in very poor condition. Road repairs/upgrades are required to facilitate access to all areas of the site.
    
    g. Eight dump/landfill areas have been previously identified at the BAF-5 site: the Camp Landfill, PCL Dump, North Slope Dump, SRR Construction Landfill, Tier II Disposal Facility, Maintenance Dump, Airstrip Landfill and Beach Landfill.
    
    h. Barges have historically landed at the Beach Area. A nautical chart for Resolution Island Approaches to Sorry Harbour and Brewer Bay, published by the Canadian Hydrographic Service indicates the presence of an anchorage area approximately 0.6 km off shore from the Beach Area and ocean depth information for access corridors to Brewer Bay.
    
    
    Standard terms and conditions for this procurement are incorporated by reference into, and form part of, the bid and contract documents. The standard documents are issued by Public Works and Government Services Canada and may be viewed at: https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditions-manual. 
    
    Firms intending to submit bids on this project should obtain bid documents through the GETS service provider on the Government of Canada Web site at http://buyandsell.gc.ca/procurement-data/tenders. Firms that obtain bid documents from a source other than the official site run the risk of not receiving a complete package.
    
    After contract award, bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within fifteen (15) working days of receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.
    
    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

    • 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
    Olson (NCS), Teresa
    Phone
    (204) 230-4558 ( )
    Email
    teresa.olson@pwgsc-tpsgc.gc.ca
    Fax
    (204) 983-7796
    Address
    Northern Contaminated Site Program
    ATB Place North Tower
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    007
    English
    32
    English
    18
    007
    French
    13
    006
    English
    27
    006
    French
    10
    005
    English
    20
    English
    23
    005
    French
    5
    English
    26
    004
    English
    33
    004
    French
    5
    003
    English
    39
    English
    34
    003
    French
    8
    002
    English
    49
    002
    French
    14
    001
    English
    72
    English
    59
    001
    French
    16
    000
    English
    161
    English
    88
    000
    French
    26

    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
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    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: