RFP - REFURBISHING FURNITURE & NEW PURCHASE OF FURNITURE
COMPONENTS

Solicitation number EN448-150234/A

Publication date

Closing date and time 2014/09/08 14:00 EDT


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: YES (MERX) Electronic
    Non-Competitive Procurement Strategy: Interchangeable Parts
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    ABI/Advanced Business Interiors Inc.
    2355 St Laurent Blvd
    Ottawa Ontario
    Canada
    K1G4L2
    Nature of Requirements: 
    Advance Contract Award Notice (ACAN)
    An ACAN is a public notice indicating to the supplier community
    that a department or agency intends to award a contract for
    goods, services 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 or before the closing date
    stated in the ACAN, the contracting officer may then proceed
    with the award to the pre-identified supplier. 
    1.	Definition of the requirement
    The RCMP has a requirement to provide office space that
    effectively meets the operational needs of the occupant groups'
    functions while maximizing space utilization.  It is expected
    that the fitted-up space will be occupied for a minimum period
    of 15 years.
    RCMP's goal is to provide flexible, functional, safe, healthy,
    responsive and efficient workstations while respecting current
    Government of Canada Workplace 2.0 Fit-up Standards, PWGSC
    Standards for Leased Accommodation, CAN/CSA B651-12 Accessible
    Design for the Built Environment, Treasury Board and User
    Departments' Accommodation Standards.  As well as, Treasury
    Board Fire Protection Standards, other applicable standards,
    guidelines and codes, while incorporating sustainable design
    principles in project solutions, current technologies and
    innovative and ergonomic solutions for the total office
    environment.
    This requirement consists of refurbishing the client's existing
    furniture inventory such as interconnected panel systems and
    work surfaces to be performed at the contractor site.  The
    contractor will be required to dismantle the existing furniture
    and transport to his site. The contractor will be required to
    deliver and install the refurbished existing furniture to the
    clients' sites. There will also be overhead storage units,
    pedestals and hardware components purchased to compliment the
    existing furniture. 
    2.	Criteria for assessment of the Statement of Capabilities
    (Minimum Essential Requirements)
    Any interested supplier must demonstrate by way of a statement
    of capabilities that its refurbishing services and products meet
    the following requirements:
    This requirement requires over 65% of the existing furniture
    components such as interconnected panel systems: to be cut down,
    reskinned, repainted and work surfaces: to be cut down,
    re-laminated and new trim to be applied, thereby requiring
    equipment that is interchangeable with existing equipment that
    is to be supplied by Advanced Business Interiors Inc.
    The interconnecting panels systems and work surfaces that are
    currently in storage are still under warranty.  A limited amount
    of new product components will also be purchased, delivered and
    installed.  The sole manufacture of the new product components
    required to compliment this refurbishment is Haworth.  Advanced
    Business Interiors Inc. is authorized to supply and install all
    Haworth products and services.  
    3.	Applicability of the trade agreement(s) to the procurement
    This procurement is subject to all trade agreement(s).
    4.	Government Contracts Regulations Exception(s)
    The following exception(s) to the Government Contracts
    Regulations is (are) invoked for this procurement under
    subsection 6(d) - only one person is capable of performing the
    work
    5.	Period of the proposed contract or delivery date
    The work is to be performed in two phases;
    
    Phase 1: to begin two weeks from contract award date.
    Phase 2: to begin October 3, 2014
    
    Work is to be completed by December 10, 2014.  
    6.	Cost estimate of the proposed contract
    The estimated value of the contract is $600,000.00 (applicable
    taxes included).
    7.	Name and address of the pre-identified supplier
    Advanced Business Interiors
    2355 St. Laurent Blvd.
    OTTAWA ONTARIO   CANADA   K1G 4L2
    8.	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.
    9.	Closing date for a submission of a statement of capabilities
    The closing date and time for accepting statements of
    capabilities is July 28, 2014 at 2:00 p.m. EST.
    10.	Inquiries and submission of statements of capabilities
    Inquiries and statements of capabilities are to be directed to:
    Tracey Miller
    Supply Officer
    11 rue Laurier
    GATINEAU QUEBEC  K1A 0S5
    Telephone: 819-956-2459
    Facsimile: 819-956-5706
    E-mail: tracey.miller@pwgsc.gc.ca
    
    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

    • 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)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Additional Deliveries

    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
    Miller, Tracey
    Phone
    (819) 956-2459 ( )
    Fax
    (819) 956-7353
    Address
    11 Laurier St. / 11, rue Laurier
    6B1, Place du Portage
    Gatineau, Québec, K1A 0S5

    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

    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
    Ontario (except NCR)
    Procurement method
    Non-Competitive
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: