Great Slave Lake Remediation

Solicitation number EW699-150150/A

Publication date

Closing date and time 2014/07/07 16:00 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
    Attachment: YES (MERX) Electronic
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: Yes
    Nature of Requirements: 
    Great Slave Lake Remediation
    
    
    Solicitation No.:EW699
    Mary Anthony
    Telephone No. - (780) 497-3588
    Fax No. - (780) 497-3510
    E-mail:mary.anthony@pwgsc-tpsgc.gc.ca
    
    
    REMEDIATION OF GREAT SLAVE LAKE MINE SITES
     AT OUTPOST ISLAND, BLANCHET ISLAND, COPPER PASS, 
    WILSON AND WALDRON
    PWGSC PROJECT NUMBER - R.041648.001
    
    REQUIREMENT: 
    
    Public Works and Government Services Canada (PWGSC) on behalf of
    Aboriginal Affairs and Northern Development Canada (AANDC) has a
    requirement for the supply of all labour, equipment and material
    for remediation activities at Great Slave Lake, Northwest
    Terrtitories mine sites at Outpost  Island, Blanchet Island,
    Copper Pass, Wilson and Waldron. 
    
    Work under this contract at the Wilson and Waldron Mine Sites is
    limited to the work required to upgrade the mine opening seals
    at the respective mine sites to the current territorial
    standards. It is not anticipated that an on-site camp will be
    required at these mine sites to complete the mine seal work.
    
    Work under this Contract at the Outpost Island, Blanchet Island 
    and Copper Pass Mine Sites,  comprises the site remediation
    activities including, but not limited to, the following:
    
    Preparation of Planning documents and submittals;
    Mobilization and demobilization of all personnel, equipment,
    support facilities and materials required to complete the work;
    Assessment, inventory, photo documentation and destruction of
    Unexploded Ordnance (UXO;
    Upgrading and Maintenance of on-site access routes, docking
    areas and barge landings, camp pads and laydown areas;
    Segregating, packaging, secure storage and full documentation
    of:  Waste POL and POL-impacted media; lead and PCB-amended
    paint; POL or metal-impacted wood; incinerator ash exceeding
    on-site disposal criteria; batteries and the transportation and
    disposal of these materials at an Approved Off-Site Disposal
    Facility in accordance with TDGA where applicable.
    Containerization, transport and disposal of Liquid Waste
    (partially full drums of waste fuel);
    Demolition, segregation and disposal of building and
    infrastructure.;
    Management of waste rock and tailings at the Outpost Island mine
    site;
    Management of waste rock and ore residual impacted soils at the
    Blanchet Island Mine site;
    Management of waste rock and ore at the Copper Pass mine site;
    Consolidation, containerization, transportation and off-site
    disposal of ore concentrate;
    Excavation, containerization, transportation and off-site
    disposal of petroleum hydrocarbon contaminated soil; 
    Collecting, segregating, consolidation, transportation and
    off-site disposal of non-hazardous waste and debris from across
    the sites; 
    Consolidation, transportation and off-site disposal of residual
    mine equipment; 
    On-site burning of non-painted and non-treated wood; 
    Construction of permanent seals for the mine openings at the
    respective sites as identified;
     Re-slope and cover waste rock materials at Blanchet Island
    Mine; 
    Excavate ore stained soils and waste rock at Blanchet Island
    Mine and place under low permeability cover;
    Consolidate in trenches and cap under a low permeability cover;
    ore and ore stained waste rock and metal impacted soils at
    Copper Pass mine;
    Dewatering and regrading of site works;
    Management of water identified in the two main trenches at the
    Copper Pass mine;
    Provision of the following site support services: Construction
    Camp; provision and maintenance of Departmental Representative's
    vehicles; safety, fire protection, office  and medical services;
    Transportation services for Departmental Representative and
    Departmental Representative Authorized Personnel from
    Yellowknife to the respective mine sites; communication
    services; provision of Wildlife Monitors;
    Carry out site restoration of disturbed shorelines, pads, stream
    crossings, access roads/trail, quarries/borrow pits and
    capped/re-graded areas;
    Drill, blast and re-slope mine trenches as required to satisfy
    NWTMHSA;
    Break up and re-grade concrete pads to surrounding topography
    and re-use clean concrete as required for backfilling and
    stabilization purpose;
    Quarry, excavate, process and transport borrow material as
    required for capping and re-grading purposes; 
    Cutting down and disposal of dead (metal-impacted) vegetation.
    
    BACKGROUND:
    
    Outpost Island Mine Site
    
    The Outpost Island Mine is located approximately 88 km due south
    of Yellowknife on an archipelago of islands at the entrance to
    the Hearn Channel of Great Slave Lake, in the Northwest
    Territories, Canada. The mine site coordinates are 61.736°N,
    113.459°W. The mine site is situated on Outpost Island proper
    while the former camp and some exploration mine workings are
    located on the East Island. 
    
    The Outpost Island Mine was a small gold mining operation that
    was active between 1941 to 1942 and again in 1951 to 1952. The
    majority of the mining operations were undertaken on the West
    Island, including the main camp, mill and services buildings. In
    1955, a fire destroyed all of the buildings at the mine site
    except for an outhouse and a shed on the East Island.
    Historically there were four mine openings and potentially a
    fifth vent raise. The Outpost Island Mine presently exists as an
    abandoned site and is under management of Aboriginal Affairs and
    Northern Development Canada (AANDC), Contaminants and
    Remediation Directorate (CARD). As a site is over 50 years old
    it is classified as a historic site under the NWT Archeological
    Site Regulations.
    
    Summer access to the site is currently by fixed-wing aircraft on
    floats, helicopter, or watercraft. Winter access would be via
    ice road for vehicles, snow machines or aircraft equipped for
    landing on snow or ice. Access on site is limited and defined by
    the limitations resulting from an undulating bedrock surface.
    
    Blanchet Island Mine Site
    
    The Blanchet Island Mine is located approximately 115 km
    southeast of Yellowknife, on an island within the Hearn Channel
    of Great Slave Lake, in the Northwest Territories, Canada. The
    mine site coordinates are 61.996°N, 112.394°W while the camp is
    located at 61.986°N, 112.417°W. The site is situated on the
    south side of the island with the camp site located at the
    shoreline while the adit and former mine workings are located
    approximately 1.55 km east of the camp.
    
    The Blanchet Island Mine has been an area of interest for cobalt
    and nickel mining since the staking of the LUX claim in 1968.
    The site workings are limited to an adit at the mine area with
    some minor infrastructure remaining at the former camp and mine
    site areas. The Blanchet Island Mine presently exists as an
    abandoned site and is under management of Aboriginal Affairs and
    Northern Development Canada (AANDC), Contaminants and
    Remediation Directorate (CARD).
    
    Summer access to the site is currently by fixed wing aircraft on
    floats, helicopter, or watercraft. There is an overgrown access
    route between the mine and camp areas of the site. The route
    runs through some soft areas and will require some upgrading
    prior to its use as a haul route to move borrow from the camp
    area to the mine site. Winter land access could be achieved via
    a winter road or snow machines could be used.
    
    Copper Pass Mine Site
    
    The Copper Pass Mine is located approximately 130 km due east of
    Yellowknife, in the Northwest Territories, Canada. The site is a
    collection of mine workings (trenches) situated near the south
    and eastern shores of Sachowia Lake approximately 6 km north of
    the Hearn Channel (Great Slave Lake). The coordinates of the
    mine camp are 62.412°N, 111.861°W. The Main, West, East and
    Upland Pond mine showings are located within 2 km of the camp
    site.
    
    The original claims for the Copper Pass Mine were first staked
    by Cominco in 1940 as a high grade nickel showing. After an
    unspecified period of inactivity, the claims were acquired by
    Copper Pass Mines Limited in 1969. Blasting and hand-cobbing
    were the primary extraction methods, after which the ore was
    shipped to a European mill and smelter for processing. A total
    of seven trenches were blasted and work concentrated at the Main
    Showing, West Showing, and East Showing. Additional exploration
    was conducted at the Upland Pond, through the excavation of five
    small trenches/pits. Camp facilities were erected on the
    southern shore of Sachowia Lake and access routes constructed
    between the respective showings. The mine closed in 1970 with no
    significant mining or exploration activities documented since
    (Silke 2009). The Copper Pass Mine presently exists as an
    abandoned site and is under management of Aboriginal Affairs and
    Northern Development Canada (AANDC), Contaminants and Remediation
    Directorate (CARD).
    
    Summer access to the site is currently by fixed wing aircraft on
    floats or helicopter. From the Traditional Knowledge study for
    the site it was reported that there is an overgrown trail to the
    site starting at Sachowia Point on Great Slave Lake. This trail
    is different from the former winter road route which was used
    to service the mine. Winter land access must follow the route of
    former winter road.
    
    Wilson Mine Shaft
    
    The Wilson Mine is located approximately 88 km southeast of
    Yellowknife on Wilson Island at the entrance to the Hearn
    Channel of Great Slave Lake, in the Northwest Territories,
    Canada. The mine site coordinates are 61.7958°N, 113.1750°W. 
    
    The Wilson (Aurous) mine was mined for gold on and off from 1919
    to 1928. Two shafts located approximately 80 meters apart were
    advanced to four meters deep. No work was
    reported after 1928 and the only building reported on site in
    1992 (a windlass headframe over the main shaft) was removed in
    1994.
    
    
    Summer access to the site is currently by fixed-wing aircraft on
    floats, helicopter, or watercraft. Winter access would be via
    ice road for vehicles, snow machines or aircraft equipped for
    landing on snow or ice. Access on site is limited and defined by
    the limitations resulting from an undulating bedrock surface.
    
    Waldron Mine Shaft
    
    The Waldron Mine is located approximately 200 km due
    east-northeast of Yellowknife west of Waldron River on the north
    shore of McLeod Bay, Great Slave Lake, in the Northwest
    Territories, Canada. The mine site coordinates are 62.9294°N,
    110.5936°W. 
    
    The Waldron mine was originally mined for copper in the 1930s by
    the Ryan brothers. The reportedly sank two shafts, one 20 feet
    deep and the other 16 feet deep. Exploratory drilling was
    undertaken by Polaris Mines in 1967/68 but no further mining
    took place
    (NWT Geoscience Office).
    
    Summer access to the site is currently by fixed-wing aircraft on
    floats, helicopter, or watercraft. Winter access would be via
    ice road for vehicles, snow machines or aircraft equipped for
    landing on snow or ice. Access on site is limited and defined by
    the limitations resulting from an undulating bedrock surface.
    
    
    BIDDERS CONFERENCE (OPTIONAL):
    
    This is not a  Mandatory Bidders' Conference and those who do
    not attend are not precluded from submitting a bid when the
    intended RFP is issued. However, potential bidders are strongly
    encouraged to attend. It should be noted that potential bidders
    who do not attend or send a representative will not be given an
    alternative appointment.  
    
    An optional  Bidders' Conference has also been scheduled for
    1:00 PM (local time) on June 12, 2014, at the Explorer Hotel,
    4825 49th Avenue, Yellowknife, NT. Bidders are requested to
    communicate with the Contracting Authority before the conference
    to confirm attendance. Bidders should provide, in writing, to
    the Contracting Authority, the names of the person(s) who will
    be attending and a list of issues they wish to table at least 3
    working days before the scheduled conference.
    
    Potential bidders or their representative will be responsible
    for making their way to Yellowknife.   All travel & living costs
    associated with travel to Yellowknife for the purpose of
    attending the Optional Bidders Conference will be borne by the
    Bidder or their representative.
    	
    Bidders are advised that any clarifications or changes resulting
    from the bidders' conference shall be included as an amendment
    to the bid solicitation document.
    
    COMPREHENSIVE LAND CLAIMS AGREEMENTS (CLCA)
    
    The proposed requirement for Copper Pass Mine Site, Wilson Mine
    Shaft and Waldron Mine Shaft, is subject to the Tlicho
    Comprehensive Land Claims Agreement.  The benefits that will
    apply are contained in Chapter 26,  Article 26.3.1, (a) of the
    Tlicho Land Claims and Self-Government Agreement.
    		
    
    TRADE AGREEMENTS:
    
    The proposed requirement is subject to the provisions of the
    North American Free Trade Agreement (NAFTA),  the
    Canada/Columbia Free Trade Agreement (CCFTA), the Canada/Chile
    Free Trade Agreement (CCFTA), the Canada/Peru Free Trade
    Agreement (CPFTA),  the World Trade Organization - Agreement on
    Government Procurement (WTO-AGP) and Agreement on Internal Trade
    (AIT).
    
    
    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 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.
    
    CODE OF CONDUCT AND CERTIFICATION PROVISIONS:
    
    Bidders must submit a complete list of names of all individuals
    who are currently directors of the Bidder. Furthermore, as
    determined by the Special Investigations Directorate,
    Departmental Oversight Branch, each individual named on the list
    may be requested to complete a Consent to a Criminal Record
    Verification form.
    
    TRAVEL & LIVING COSTS:
    
    All travel & living costs associated with travel to Yellowknife
    and attending the optional Bidder's Conference will be borne by
    the Bidder or their representative(s) except where otherwise
    specified.
    
    BID DOCUMENTS:
    
    Bidders can access bid documents at:   Buyandsell.gc.ca/tenders.
       
    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)
    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
    Anthony (NCS), Mary
    Phone
    (780) 497-3588 ( )
    Fax
    (780) 497-3510
    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
    002
    French
    3
    000
    French
    9
    001
    French
    2
    003
    French
    3
    003
    English
    9
    000
    English
    94
    001
    English
    27
    002
    English
    9
    English
    12
    English
    13
    French
    47
    English
    13
    English
    14
    English
    12
    English
    8
    English
    12
    English
    22
    English
    13
    English
    15
    English
    7
    English
    8
    English
    16
    English
    23
    English
    21
    English
    15
    English
    36
    English
    22
    English
    15
    English
    18
    English
    12
    English
    8
    English
    13
    English
    15
    English
    12
    English
    18
    English
    13
    English
    17
    English
    15
    English
    12
    English
    16
    English
    15
    English
    20
    English
    15
    English
    28
    English
    40
    English
    24
    English
    19
    English
    20
    English
    34
    English
    32
    English
    44
    English
    17
    English
    15
    English
    6
    English
    13
    English
    47

    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Northwest Territories
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price