Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, July 12, 7:00 pm until July 13, 12:30 pm (Eastern Time)

INUVIK MIKE ZUBKO AIRPORT FIRE TRAINING AREA REMEDIATION

Solicitation number EW699-140333/A

Publication date

Closing date and time 2013/07/30 16:00 EDT

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: 
    INUVIK MIKE ZUBKO AIRPORT FIRE TRAINING AREA REMEDIATION 
    INUVIK, NORTHWEST TERRITORIES
    PWGSC Project R.056019.004
    
    Contracting Authority:  Mary Anthony
    Phone:  (780) 497- 3588
    Fax:  (780) 497-3510
    E-mail:  mary.anthony@pwgsc.gc.ca
    
    
    1.	REQUIREMENT:
    Public Works and Government Services Canada (PWGSC) on behalf of
    Transport Canada (TC) have a requirement for the supply of all
    labour, equipment and material to provide remediation activities
    at the Fire Training Area (FTA) of the Inuvik Mike Zubko
    Airport, NT. 
    
    Work of this proposed procurement comprises site remediation
    activities at the Fire Training Area, including, but not limited
    to, the following;  Mobilization and demobilization of all
    personnel, equipment, support facilities and materials required
    to complete the Work; Upgrading of site access routes;
    Development and rehabilitation of quarry borrow source;
    Processing of native soils for backfill and grading requirements
    as necessary; Construction of sump area and liner at existing
    East land treatment area; Excavation of contaminated soil
    including transportation and placement in adjacent East land
    treatment area; Screening of former liner material from
    stockpiled soil at West land treatment area; Regrading and
    backfill of area;  Necessary maintenance of access road after
    excavation activities.
    
    The provision of the following site support services will be
    required under this contract: Safety and fire protection and a
    Specific Health and Safety Plan.
    
    2.	BACKGROUND:
    The Inuvik Fire Training Area is located at the Inuvik Airport,
    which was originally constructed in 1956-1958 and serves as a
    regional hub for delivery of services to smaller north-western
    communities. The airport is 10km southeast of Inuvik on the
    south side of the Dempster Highway.
    
    3.	BIDDERS' CONFERENCE (Optional): 
    
    	An optional  bidders' conference will be held at Telus Plaza
    North, 10025 Jasper Avenue on July 15, 2013. The conference will
    begin at 1:00 pm.  Suppliers may attend in person or call in.
    The call in number is:
    Call-in Line: 1-877-413-4782
    Conference ID: 7083442
    
    	Attendees in person are asked to go to the 5th floor, Public
    Works and Government Services Canada reception. 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, 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 bid attend or send a representative. This not a
    Mandatory Bidders' Conference, those who do not attend are not
    precluded from submitting a bid. 
    
    	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 two (2) working days prior to the scheduled bidders'
    conference. Contact Mary Anthony via e-mail at
    mary.anthony@pwgsc.gc.ca or in writing via fax at (780) 497-3510
    to confirm your attendance.	
    
    	Bidders are advised that any clarifications or changes
    resulting from the bidders' conference shall be included as an
    amendment to the bid solicitation document. 
    
    4. 	COMPREHENSIVE LAND CLAIM AGREEMENTS:   
    	This proposed procurement is subject to both of the following
    Comprehensive Land Claim Agreements (CLCA):
    
    	(a) The requirements of the Inuvialuit Final Agreement apply
    and the appropriate notification will be provided to the
    Inuvialuit Regional Corporation in compliance with the
    agreement.  Under article 16.8 "Economic Measures" of this
    agreement, bidders will be required to maximize Inuvialuit
    employment, sub-contracting and on the job training
    opportunities and involve Inuvialuit citizens and businesses in
    carrying out the work under this project. 
    
    	(b) The requirements of the Gwich'in Comprehensive Land Claim
    Agreement  will apply.  Bidders are therefore requested to
    maximize aboriginal employment, subcontracting and on-the-job
    training opportunities, and involve local, regional and
    Aboriginal citizens and businesses, in carrying out the work
    under this project. The benefits that apply to this procurement
    are contained in: Chapter 10 of the Gwich'in Comprehensive Land
    Claim Agreement. (GCLCA).
    
    5.	TRADE AGREEMENTS:
    	The proposed requirement is subject to the provisions of the
    Agreement on Internal Trade (AIT).
    
    6.	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.
    
    7.	CODE OF CONDUCT AND CERTIFICATION PROVISIONS:
    	Bidders who are incorporated, including those bidding as a
    joint venture, must provide with their bid or promptly
    thereafter a complete list of names of all individuals who are
    currently directors of the Bidder. Bidders bidding as sole
    proprietorship, including those bidding as a joint venture, must
    provide with their bid or promptly thereafter the name of the
    owner. Bidders bidding as societies, firms, or partnerships do
    not need to provide lists of names. If the required names have
    not been received by the time the evaluation of bids is
    completed, Canada will inform the Bidder of a time frame within
    which to provide the information. Failure to comply will render
    the bid non-responsive. Providing the required names is a
    mandatory requirement for contract award. 
    
    	Canada may, at any time, request that a Bidder provide properly
    completed and Signed Consent Forms (Consent to a Criminal Record
    Verification form - PWGSC-TPSGC 229) for any or all individuals
    aforementioned within the time specified. Failure to provide
    such Consent Forms within the time period provided will result
    in the bid being declared non-responsive. 
    
     
    8.	TRAVEL & LIVING COSTS:
    	All travel & living costs associated with travel to and
    attending the optional Bidder's Conference will be borne by the
    Bidder or their representative(s) except where otherwise
    specified.
    
    9. 	BID DOCUMENTS:
    Bidders may visit Buyandsell.gc.ca/tenders to register as a
    subscriber and to order a copy of the bid document or to find
    out more information about their services.     
    
    
    
     
    
    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)

    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) 497-3588 ( )
    Fax
    (780) 497-3510
    Address
    Northern Contaminated Site Program
    Telus Plaza North, 5th floor
    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.

    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

    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: