SAP Ariba system maintenance

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

  • Saturday, January 25 from 7:00 pm until 11:00 pm (Eastern Time) 

Great Slave Lake Remediation

Solicitation number EW699-150150/B

Publication date

Closing date and time 2015/01/30 16:00 EST

Last amendment date


    Description
    Trade Agreement: LCSA/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: 
    Great Slave Lake Remediation
    Solicitation No.:EW699-150150/B
    Mary Anthony, Supply Specialist
    Telephone No. - (780) 237-7582
    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,
    WILSON AND WALDRON
    PWGSC PROJECT NUMBER - R.041648.001
    
    -----------------------------------------------------------------
    -----------------------------------------------------------------
    ---------
    Please note the following addition to this notice:
    
    Optional Bidders' Teleconference
    An optional  Bidders Teleconference has been scheduled for
    January 9, 2015 from 10:00 to 13:00 (mst). The technical 
    presentation for this optional Bidders' Teleconference will be
    posted on Buy and Sell by January 8th.  Participants are advised
    to bring a copy of the Request for Proposal and any amendments
    to the solicitation to the teleconference call.
    
    Suppliers wishing to participate in this teleconference are
    asked to send their name, company name, company address and
    telephone number via e-mail to: 
    Mary.anthony@pwgsc.gc.ca
    
    Contact number for the teleconference:
    1-877-413-4782 
    Conference ID number:  7083442
    -----------------------------------------------------------------
    -----------------------------------------------------------------
    ---------
    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
    Territories mine sites at Outpost  Island, Blanchet Island,
    Wilson and Waldron. 
    
    The 2014 wildfires affected the Great Slave Lake area this past
    summer.  The degree of damage in the affected areas varied
    greatly depending on the topography and geology of a specific
    area.  The Contractor should be aware that these areas may
    present unforeseen hazards due to their instability and the
    possibility of existing (underground) fires that may re-ignite
    in the future.
    
    Work under this contract at the Wilson and Waldron Mine Sites is
    limited to the work required to remediate 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. The
    scope of the Land Use Permit does not include the Wilson and
    Waldron sites and therefore, all work will have to be completed
    below any land use permit thresholds for equipment (weight and
    ground pressure). As such, it is anticipated that work would be
    completed using a manual approach.
    
    Work under this Contract at the Outpost Island and Blanchet
    Island comprises the site remediation activities including, but
    not limited to, the following:
    
    Preparation of Planning documents and submittals;
    Pre-molilization site visit;
    Mobilization and demobilization of all personnel, equipment,
    support facilities and materials required to complete the work;
    Assessment, inventory, photo documentation and destruction of
    unfired explosives;
    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 petroleum, oil, lubricants (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;
    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 (with the exception of those identified to be
    preserved for historical purposes); 
    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;
    Dewatering and regrading of site works;
    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, all artifacts must remain on site with removal
    only under the direction of the Departmental Representative.
    
    Summer access to the site is currently by fixed-wing aircraft on
    floats, helicopter, or water craft. 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 water craft. 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.
    
    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 water craft. 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 water craft. Access on site is limited
    and defined by the limitations resulting from an undulating
    bedrock surface.
    
    COMPREHENSIVE LAND CLAIMS AGREEMENTS (CLCA)
    The proposed requirement for 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
    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.
    
    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

    • Agreement on Internal Trade (AIT)
    • Land Claim Set Asides (LCSA)

    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
    Anthony (NCS), Mary
    Phone
    (780) 237-7582 ( )
    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
    007
    English
    11
    007
    French
    2
    005
    English
    13
    006
    English
    14
    006
    French
    2
    005
    French
    3
    English
    7
    004
    English
    18
    004
    French
    3
    003
    English
    21
    003
    French
    4
    002
    English
    22
    002
    French
    5
    001
    English
    25
    001
    French
    3
    000
    English
    74
    English
    46
    000
    French
    9

    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
    Northwest Territories
    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: