Coral Harbor Remediation

Solicitation number EW699-222278/B

Publication date

Closing date and time 2023/01/10 15:00 EST

Last amendment date


    Description
    Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK
    Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: Yes
    Nature of Requirements: 
    
    Coral Harbor Remediation
    
    EW699-222278/B
    Calixto, Monnette
    Telephone No. - (204) 899-9768 (    )
    Fax No. - (418) 566-6167 (    )
    
    Line 2, CORAL HARBOUR REMEDIATION
    
    ** A bidders' conference will be done virtually via Microsoft Teams on November 14, 2022. The conference will begin at 12PM CST. 
    
    Bidders are requested to communicate with the Contracting Authority at Monnette.Calixto@tpsgc-pwgsc.gc.ca before the conference to confirm attendance. 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 2:00 PM CDT November 10, 2022.
    
    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 be precluded from submitting a bid.
    
    
    1. TITLE
    
    Coral Harbour Remediation, Coral Harbour, Nunavut
    
    2. REQUIREMENT
    
    Public Works and Government Services Canada (PWGSC) is inviting the REGISTERED INUIT FIRMS ON THE INUIT FIRM REGISTRY to bid on a Remediation project in CORAL HARBOUR, Nunavut.  
    
    The Coral Harbour Remediation Project involves the remediation of a former military base located approximately 10 km northwest of the Hamlet of Coral Harbour, Nunavut.  The area was used by Canadian and American forces during the construction of the Distant Early Warning (DEW) Line during the Second World War. 
    
    When the Site was abandoned in the 1970s, most buildings were removed, while site equipment and materials were left behind. Presently, the Site contains remnants of old vehicles and heavy equipment, building materials, unconsolidated debris, an aboveground storage tank (AST) farm with seven tanks, and approximately 2,800 barrels in varying condition with unknown contents.
    
    This remediation project will include but is not limited to: 
    o Provision of equipment and materials
    o Mobilization, demobilization and logistics
    o Provision of a camp and construction facilities
    o Debris collection and segregation including details of material processing areas
    o Remediation of Buried Debris
    o Demolition of structures and fuel storage tanks
    ? Removal of fuel storage tanks from service
    o Hazardous material/debris management and disposal 
    ? Details of containers 
    ? Material storage and tracking prior to disposal
    ? Written confirmation from final disposal facilities
    o Non-Hazardous Landfill Construction, operation and closure
    ? Details of waste placement
    ? Size reduction and/or compaction methods
    o Contaminated soil excavation and disposal and/or treatment
    ? Details of selected method of disposal or treatment
    ? Details of treatment plan including location of treatment area, if applicable
    ? Details of containers to be used, storage of containers and final disposal location, if applicable
    3.  SOURCING:  
    
    PSPC intends to issue a competitive RFP LIMITED TO IFR FIRMS in the Fall of 2022/2023 (estimated). The selection will be based on the highest responsive combined rating of Inuit Benefits Plan (IBP), technical merit, and price. 
    When the RFP is posted on Homepage | CanadaBuys, the provisions of the Canadian Free Trade Agreement (CFTA) will apply and, where applicable, the appropriate International Trade Agreements will be determined.
    
    
    
    
    
    
    
    4.  MANDATORY BIDDERS’ CONFERENCE 
    
    
    A MANDATORY bidders' conference will be held via Microsoft Teams and teleconference on November 14 2022. The conference will begin at 12:00PM CST and will be approximately 4 hours in length. The scope of the requirement outlined in the bid solicitation will be reviewed during the conference and questions will be answered. 
    
    The bidders’ conference for this project is MANDATORY. Due to the complex nature of the requirement and some of the unique aspects that bidders must take into consideration, the bidders’ conference is mandatory. Attendance will be taken and Bids submitted by Bidders who were not in attendance will be rejected.
    
    Bidders may send more than one representative to attend the bidders’ conference. 
    
    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 BE PRECLUDED from submitting a bid.
    
    5.  NUNAVUT DIRECTIVE
    
    This procurement is subject to the Directive on Government Contracts, Including Real Property Leases, in the Nunavut Settlement Area (the Nunavut Directive). 
    
    The Nunavut Directive has the following objectives:
    a. Increased participation by Inuit firms in business opportunities in the Nunavut Settlement Area economy;
    b. Improved capacity of Inuit firms to compete for government contracts and real property leases in the Nunavut Settlement Area; and
    c. Employment of Inuit at a representative level in the Nunavut Settlement Area workforce.
    
    Limited to firms on the Inuit Firm Registry (IFR)
    
    This solicitation is limited for bidding among firms registered on the Inuit Firm Registry (IFR).   Bids submitted by businesses not on the IFR will render the bid non-responsive and no further consideration will be accorded to the bid.
    
    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. 
    
    6.  VALUE OF PROJECT
    
    To assist with bonding and insurance requirements, this project is estimated at a value between: Category 7 - $10,000,001 and $20,000,000.
    
    This procurement contains MANDATORY requirements. Failure to comply will result in rejection of your bid.
    
    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 Homepage | CanadaBuys. 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 PSPC 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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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.

    Businesses interested in partnering for this tender opportunity:
    Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.

    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
    Calixto, Monnette
    Phone
    (204) 899-9768 ( )
    Email
    monnette.calixto@pwgsc-tpsgc.gc.ca
    Fax
    (418) 566-6167
    Address
    Northern Contaminated Site Program
    Canada Place/Place du Canada
    10th Floor/10e étage
    9700 Jasper Ave/9700 ave Jasper
    Edmonton, Alberta, T5J 4C3

    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
    005
    French
    8
    005
    English
    27
    004
    English
    20
    004
    French
    7
    003
    English
    24
    003
    French
    7
    002
    English
    26
    002
    French
    6
    001
    English
    38
    001
    French
    11
    000
    French
    22
    000
    English
    135

    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 – Selective Tendering
    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: