CCGS Louis St. Laurent Docking Refi

Solicitation number F6855-151119/A

Publication date

Closing date and time 2015/11/23 12:30 EST


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Government Objectives Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Chantier Davie Canada Inc.
    22 rue George-D.-Davie
    Lévis Quebec
    Canada
    G6V0K4
    Nature of Requirements: 
    
    File: F6855-151119
    Title: CCGS Louis St. Laurent Docking Refit
    
    An ACAN (advanced contract award notice) is a public notice indicating to the supplier community that a department or agency intends to award a 
    
    contract for goods, service or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the
    
     ACAN, on orbefore the closing date stated in the ACAN, the 
    contracting officer may then proceed with the award of the pre-identified supplier.
    
    Definition of Requirement:
    The Canadian Coast Guard has a requirement to dry dock and refit the CCGS Louis St. Laurent from March to June 2016.  Actual dates to be confirmed.  A proposed list of the work involved is included in this notice.
    
    Criteria for Assessment of the Statement of Capabilities:
    Any interested suppliers must demonstrate that their facility has the ability to dock the vessel and perform the work outlined in this notice
    . Any interested supplier must demonstrate that they have at least 
    three years experience in ship repair with similar sized vessels.  
    
    The particulars on the vessel are as follows:
    Tonnage: 11,345 GRT
    3,403 NRT
    4,640 DWT
    Displacement: 15,324 tons (full)
    Length: 119.8 m (393.04 ft)
    Beam: 24.38 m (79.99 ft)
    Draught: 9.91 m (32.51 ft)
    Depth: 16.3 m (53.48 ft)
    
    Applicability of the Trade Agreements:
    This procurement is subject to the following trade agreements: Agreemen
    t on Internal Trade (AIT). 
    
    
    Set-Aside Under the Procurement Strategy for Aboriginal Business:
    Not Applicable.
    
    Comprehensive Land Claims Agreement:
    Not Applicable.
    
    Justification forthe Pre-Identified Supplier:
    Chantier Davie Canada Inc. located in Quebec  is the only known company 
    
    in Eastern Canada that can perform the work during the specified time period.
    
    Government Contracts Regulations Exception(s):
    The following exceptionto the Government Contracts Regulations is invoked for this procurement under subsection 6(d)- only one person is capable of performing the work.
    
    Potential bidders will be limited to suppliers in Eastern Canada in accordance with Shipbuilding, Refit,Repair and Modernization Policy (1997-04-11).
    
    Exclusions and/or Limited Tendering Reasons:
    The following exclusions and/or limited tendering reasons are invoked under the section of the following trade agreements:
    The North American Free Trade Agreement (NAFTA): NAFTA exemption reference: Chapter 10, Annex 1001.2b, General Notes, Schedule of Canada, 
    
    Para 1(a).
    Exemptions to the World Trade Organization/Agreement on Government Procurement (WTO-AGP):  WTO-AGP exemption in accordance with WTO-AGP,Annex 4, Note 4; or in accordance with General Notes Para (1a).
    
    Ownership of Intellectual Property:
    Not Applicable.
    
    The period of the proposed Contract:
    Tentative docking and refit dates are from March to June 2016.  Project 
    
    duration is estimated at 16 weeks.
    
    A Cost Estimate of the Proposed Contract:
    Projected budget is estimated at $9,000,000.00.
    
    Name and Address of the Pre-Identified Supplier:
    Chantier Davie Canada Inc
    22 rue George-D.Davie
    Levis, Quebec  G6V 0K4
    
    Suppliers Right to Submit a Statement of Capabilities:
    Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN, may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    The closing date for a submission of a statement of capabilities is November 23, 2015 at 2:00pm NST.
    
    Inquiries and statements of capabilities are to be directed to:
    Colleen Dalton
    Supply Specialist
    T: 709-772-4931
    F: 709-772-2932
    E-Mail: colleen.dalton@pwgsc.gc.ca
    
    CCGS LOUIS ST LAURENT
    2016 DOCKING - TENTATIVE REQUIREMENTS
    
    
    DATES - March 2016 - June 2016.  Actual dates to be confirmed.
    
    1. SHIP STATUS
    Ship will unmanned for duration of contract.
    Contractor shall take possession of the ship and shall be responsible for security and safety of all activity onboard.
    CG will maintain crew presence to manage contract on behalf of Canada and provide inspection services. (@ 10-12 staff) Crew presence may be increased towards end of contract to facilitate reactivation of the ship.
    
    2. GENERAL
    All standard CG general notes will apply.
    
    3. SERVICES
    Supply of full range of normal services shall be required.
    
    4. DOCK & SEA TRIALS
    Dock and sea trials shall be required to prove satisfactory operation o
    f all structure, machinery and equipment dealt with as part of the contract.
    
    5. FIRE FIGHTING EQUIPMENT RECERT
    All fixed and portable firefighting equipment shall be inspected and recertified.
    
    6. SPRINKLER SYSTEM TEST
    Two zones of sprinkler system shall be inspected, flow and pressure tested with compressed air. Approximately 80 individual heads to be dealt with.
    
    7. FIRE & BILGE LEVEL DETECTION SYSTEM RECERTIFICATION
    Test and all fire and bilge level detection devices and recertify sy
    stem
    
    8. BILGE CLEANING
    All machinery space bilge areas below deck plates and beneath engines shall be pressure washed clean.
    
    9. BILGE PAINTING
    Aft engine room bilges shall be further cleaned, prepared and coated.
    
    10. VENTILATION DUCT CLEANING
    All ventilation intakes, fans and ductwork shall be cleaned.
    
    11. VENTILATION INTAKE SPACE MAINTENANCE
    Ventilation intake and exhaust spaces shall be further cleaned, 
    prepared and coated.
    
    12. EXTERIOR DECK COATING RENEWAL @ 465 sq meters
    Flight Deck shall be UHP blasted and coated with four coat epoxy 
    system.
    Two coats Interprime 300, one coat 6G non-skid, one coat Interthane 
    990. Coating GSM.
    
    13. FUNNEL TOP CLEANING
    Funnel top plate shall be cleaned and degreased.
    
    14. SUPERSTRUCTURE REPAIRS
    #1 Fan room deck
    AER Air intake spacedeck Various deck lap joints Others to be determined.
    
    15. SUPERSTRUCTURE PRESERVATION
    Exterior areas shall be cleaned, prepped and coated.
    Upper deck bulwarks shall be cleaned, prepped and coated. Scope to be determined.
    
    16. CREW’S MESS RENOVATION
    Complete strip out and rebuild including new deck covering, bulkhead linings and outfit (GSM).
    
    17. SERVING AREA RENOVATION
    Complete strip out and rebuild including new deck covering, bulkhead linings and outfit (GSM).
    
    18. GALLEY  RENOVATION
    Galley shall be completely stripped out and rebuilt with new equipment and cabinetry (GSM). Deck coverings shall be renewed.
    
    19. GALLEY DRAINS MODIFICATIONS
    Galley drain and scupper piping system shall be reworked and separated.
    Additional scuppers shall be installed, overboard discharge ship side connection shall be enlarged.
    
    20. WASHROOM  RENOVATION
    Washroom to be stripped and redone with new linings, fixtures and lighting.
    
    21. FIRE DOOR REPLACEMENT
    Two interior fire doors to be replaced. New doors GSM.
    
    22. AFT ENGINE ROOM PLATFORMS
    Raised platforms shall be installed in aft engine room above propulsion 
    alternators and main engines to facilitate access to deck head piping systems.
    
    23. EXHAUST UPTAKE INSULATION REPLACEMENT
    Calcium Silicate block insulation on exhaust uptakes in forward engine room shall be replaced with ceramic fibre material.
    
    24. GALLEY FIRE SUPRESSION SYSTEM
    Modifications to existing system to suit new equipment layout and certification.
    
    25. ASBESTOS SURVEY
    Contractor shall arrange for annual asbestos survey to be completed by Pinchin Leblanc.
    
    26. DOCKING/UNDOCKING
    Ship shall be dry docked for period required to complete specified 
    work.
    
    27. HULL CLEANING
    Entire hull from keel to top of upperdeck bulwarks shall be high pressure water washed.
    
    28. HULL INSPECTION
    Hull inspection shall be completed by Lloyds surveyor.
    
    29. ROPE GUARDS
    Three propeller shaft rope guards shall be removed and replaced with new.
    
    30. TAILSHAFT WEARDOWN
    Wear down shall be determined at three tail shafts.
    
    31. SEAM WELDING
    Hull plating welds shall be repaired as required and defined after hull 
    inspection.
    
    32. OLDIS CAMERA HOUSING REMOVAL
    Cameral housing on port shaft strut and conduit to upper deck shall be removed.
    
    33. SEA BAYS & SEA CHESTS
    All sea bays and sea chests shall be opened, cleaned, inspected and coating repaired as required.
    
    34. ANODES
    250 zinc anodes shall be replaced on hull and in sea bays.
    
    35. MULTIBEAM SOUNDER INSPECTION
    Sounder transceiver and receiver windows and closing plates shall be removed. Sounder components, surrounding structure and anodes shall be inspected.
    
    36. BUBBLER PIPING
    Bubbler piping shall be inspected, prepared and coated internally. Zone va
    lves shall be replaced with new (GSM).
    37. HULL COATING
    Entire hull from keel to top of upper deck bulwarks shall be prepared and coated. Under water hull shall be coated with Inerta 160.
    Test area on bow may be coated with 'ecospeed' ice breaker coating.
    
    38. CENTER SHAFT & PROPELLER SURVEY
    Center propulsion shaft line and propeller shall be surveyed by Lloyds.
    Propeller shall be disassembled and removed, intermediate shaft shall 
    be disconnected and moved to port. Tail shaft shall be withdrawn from stern tube, inboard. All shall be reassembled.
    
    39. CENTER STERN TUBE BUSHING REPLACEMENT
    Center sterntube shall have Cutlass rubber staves replaced with Thordon 
    bushings..
    
    40. CENTER AFT SHAFT JOURNAL & BEARING REFURBISHMENT
    Center tail shaft, forward bearing journal shall be reconditioned and surface finish re-established.
    
    41. CENTER INTERMEDIATE SHAFT & BEARING REFURBISHMENT
    Two intermediate shaft bearing journals shall be reconditioned and surface finish re-established.
    
    42. SHAFT BEARING REFURBISHMENT
    Three shaft bearings shall be refurbished with new pads to be installed 
    etc. or three bearings shall be replaced with new.
    
    43. CENTER STERN SEAL INSTALLATION
    Mechanical seal shall be installed at center tail shaft.
    
    44.STERN GLAND GREASE LINE CONNECTION REMOVAL
    Three grease connections to formerly packed glands shall be removed and 
    suitably blanked.
    
    45. STERN TUBE COOLING WATER PIPING REPLACEMENT
    Cooling water supply piping to three stern tubes shall be replaced.
    
    46. STERN TUBE DRAIN LINE REPLACEMENT
    Three stern tube drain lines shall be replaced.
    
    47. PORT & STARBOARD PROPELLER INSPECTION
    
    48. RUDDER INSPECTION & SURVEY
    Ruder shall be removed for survey.
    
    49. RUDDER CARRIER BEARING REFURBISHMENT Rudder carrier bearing shall 
    be removed and refurbished. Seat working face shall be machined true.
    Bronze bearing shall be fit to repaired seat. Radial bushing shall be renewed.
    
    50. RUDDER ALIGNMENT CORRECTION
    Rudder and stock alignment with stern frame and carrier bearing shall 
    be proven. Rudder and stock palm alignment and geometry shall be verified.
    Pintle fit and alignment with rudder shall be verified.
    Rudder pintle bores in stern frame shall be bored to re-establish correct alignment of stock, rudder and carrier bearing. Pintle bushings shal
    l be renewed.
    Rudder stock journal, in way of steady bearing, shall be refurbished 
    and surface finish re-established. Rudder steady bearing bushing shall be replaced and bearing repositioned to facilitate alignment co
    rrection.
    
    51. SEA VALVES
    Not all due for survey. Misc. valves to be dealt with, scope to be determined.
    
    52. FUEL TANKS
    Sixteen fuel oil tanks shall be cleaned, surveyed and tested
    
    53. #2 DEEP TANK STRUCTURE
    One stringer shall be replaced between web frames. Any additional work yet to be determined.
    54. BALLAST TANKS
    Three ballast tanks shall be cleaned, blasted, surveyed, re-coated and tested. Aft trim tank, forward trim tank and port forward ballast tanks all 
    to be dealt with.
    
    55. MISC TANKS
    Fourteen additional miscellaneous tanks shall be cleaned, surveyed and tested.
    
    
    56. FORWARD MOTOR ROOM TANK TOP REPAIR
    Specific areas of tank top and various pump stools to be renewed.
    
    57. SHIP SIDE COATING RENEWAL
    Port side of aft motor room to be prepared and coated (internal structure).
    
    
    58. FLIGHT DECK FOAM SYSTEM SEA WATER PIPE RENEWAL
    Sea water piping from foam system sea water pump to flight deck 
    monitors and hose reels shall be replaced with new of stainless steel.
    
    59. AMR PUMP SUCTION MODIFICATION
    New suction penetration shall be installed in aft sea bay. This new connection shall be
    piped to allow suction from either sprinkler pump or submersible pump, both pumps situated in aft motor room.
    
    60. EVAPORATOR BRINE DISCHARGE PIPING MODIFICATION
    Nirex evaporator brine discharge shall be reworked to allow discharge on
     port side of ship.
    
    61. SAFETY RELIEF VALVES RECERTIFICATION
    Thirty Six safety relief valves shall be removed, tested,recertified and reinstalled.
    
    62. LIFTING GEAR RECERTIFICATION
    All engine room lifting gear to be inspected and recertified. Man baskets to be recertified.
    
    63. TRANSFER HOSE TESTING
    All fuel and lube oil transfer hoses shall be flushed, pressure tested and recertified. Approximately 25 hoses to be dealt with.
    
    64. FUME HOOD RECERTIFICATION
    Two laboratory fume hoods to be inspected, air flow tested and recertified.
    
    65. LIFEBOAT & DAVIT INSPECTION
    Contractor shall arrange for Schat Harding FSR to perform annual inspection on port and stbd lifeboats and davits.
    
    66. REFRIGERATION SYSTEMS SERVICE
    Annual inspection, testing and service to all refrigeration systems and 
    equipment shall be completed.
    
    67. BOILER SURVEY
    Forward boiler andfittings shall be surveyed and tested.
    
    68. PUMP SURVEYS
    Ten centrifugal pumps shall be surveyed.
    
    69. AIR COMPRESSOR SURVEYS
    Two main air compressors shall be surveyed. Contractor to arrange for OEM FSR to complete this work.
    
    70. POTABLE WATERTRETAMENT EQUIPMENT SERVICE & TEST
    Hach chlorination system to be serviced, annual potable water analysis to be completed.
    
    71. PORT ARVA CRANE CAB REFURBISHMENT
    Crane cab to be removed, resealed, base cleaned and coated etc.
    
    72. NAV BRIDGE HEATING AND COOLING SYSTEM
    New mini-split heat pump system to be installed on the Nav Bridge.
    73. HEILA CRANE INSTALLATION
    Two new cranes, seats and HPU’s to be installed on F&B deck.
    
    74. FLIGHT DECK NET LIFTING NET WINCHES INSTALLATION
    New, powered winch system (two winches) to be installed.
    
    75. MISCELLANEOUS DECK EQUIPMENT ANNUAL MAINTENANCE
    Seven deck cranes, to have annual maintenance completed. All blocks, bearings etc to be inspected.
    
    76. MISCELLANEOUS HYDRAULIC SYSTEMS ANNUAL MAINTENANCE
    Ten hydraulic systems to be inspected, filters changed etc.
    
    77. ANCHOR WINDLASS ANNUAL MAINTENANCE
    Shaft journals and bushings to be inspected, gearbox oil changed, motor 
    and all control devices inspected etc.
    
    78. ATLAS EVAPORATOR REFURBISHMENT
    Condenser to be re-tubed (FSR), internal surface area to be grit blasted, baked and coated.
    
    79. CLEAN CENTRAL COOLING SYSTEM COOLERS
    Four Alfa Laval plate heat exchangers to be cleaned.
    
    80. LUBE OIL PURIFIER REPLACEMENT
    Three existing purifiers to be removed. Five new purifiers to be installed with necessary piping reconfiguration. New units GSM.
    
    81. ACCOMMODATION AIR CONDITIONING UNIT REPLACEMENT
    Existing unit to be replaced with new (GSM).
    
    82. MISC. PIPING RENEWALS
    Scope yet to be identified.
    
    83. SEWAGE PIPING REPLACEMENT
    Toilet drain piping from aft washrooms on main deck to be replaced. Piping runs through galley deckhead, flume tanks (fuel) and aft hold.
    
    84. PORT & STBD AFT SHAFT BEARINGS INSPECTION
    Two bearings to be opened for inspection.
    
    85. CENTER PROPULSION MOTOR BEARING INSPECTION
    Forward and aft bearings to be opened for inspection.
    
    86. FUEL SERVICE SYSTEM MODIFICATION
    Rework fuel service system to allow removal of fuel mixing tanks at three aft main engines.
    
    87. STEAM VALVE SERVICE
    Misc. valve overhauls.
    
    88. BILGE & BALLAST VALVE INSPECTION
    Misc. valve overhauls.
    
    89. MISCELLANEOUS VALVE INSPECTION
    Misc. valve overhauls.
    
    90. GALLEY EQUIPMENT SERVICE
    All galley equipment not replaced in galley renovation shall be inspected and serviced by OEM service provider.
    
    91. LAUNDRY EQUIPMENT SERVICE
    All laundry equipment shall be inspected and serviced by OEM representative.
    
    92. ELEVATOR RECERTIFICATION
    Two elevators shall be serviced, inspected and recertified by 
    authorized agent.
    
    93. GAS DETECTOR RECERTIFICATION
    Two fixed gas detectors shall be calibrated and recertified.
    94. VENTILATION SYSTEM ELECTRIC HEATER SERVICE
    Twenty five electric air heaters shall be inspected, cleaned and 
    tested.
    
    95. FAN & MOTOR SERVICE
    Twelve ventilation fans and motors shall be overhauled. Ten electric motors shall be overhauled.
    
    96. HIGH VOLTAGE BREAKERS SURVEY
    Eleven 6.6KV switchboard breakers shall be inspected, serviced and tested.
    
    97. INTERIOR LIGHTING UPGRADE
    One hundred and fifty new deck head recessed fluorescent fixtures shall 
    be replaced with new (GSM).
    
    98. FLIGHT DECK PERIMETER LIGHTING RENEWAL
    Seventeen fixtures to be replaced with new. (GSM)
    
    99. PROPULSION MOTOR CLEANING
    Three propulsion motors shall be cleaned, inspected and statically tested.
    
    100. AUXILIARY ALTERNATOR INSPECTION & SERVICE
    #3 auxiliary alternator to be inspected, cleaned, bearings renewed.
    
    
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award.  However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    
    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page.
    
    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
    Dalton, Colleen
    Phone
    (709) 772-4931 () )
    Fax
    (709) 772-4603
    Address
    Cabot Place, Phase II, 2nd Floor
    Box 4600
    St. John's, NF, A1C 5T2

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Quebec (except NCR)
    Procurement method
    Non-Competitive
    Selection criteria
    Consulting Services Regarding Matters of a Confidential Nature

    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: