Beaver Creek Institution Fire Alarm Upgrade, Gravenhurst, Ontario
Solicitation number EQ754-182309/A
Publication date
Closing date and time 2018/04/05 14:00 EDT
Last amendment date
Description
Trade Agreement: Canadian Free Trade Agreement (CFTA) Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: Beaver Creek Institution Fire Alarm Upgrade, Gravenhurst, Ontario EQ754-182309/A Kane, Rachel Telephone No. - (416) 512-5776 ( ) Fax No. - (416) 512-5862 ( ) rachel.kane@tpsgc-pwgsc.gc.ca AMD 005: Solicitation Amendment No. 005 is raised to incorporate an Extension of Time for the receipt of bids. EXTENSION OF TIME Notice is hereby given that the closing date for the reception of bids previously due Thursday, March 29, 2018 is extended to 14:00 hours Eastern Daylight Time (EDT), Thursday, April 5, 2018. AMD 004: Solicitation Amendment 004 is being raised to include: Questions and Answers. AMD 003: Solicitation Amendment 003 is being raised to include: Site visit attendance list and Questions and Answers. AMD 002: Solicitation Amendment No. 002 is being raised to correct Solicitation Amendment No. 001. AMD 001: Solicitation Amendment No. 001 is being raised to include Question and Response. Public Works and Government Services Canada (PWGSC) is issuing an Invitation to Tender (ITT) for an upgrade of the existing fire alarm systems in Beaver Creek Minimum Institution, located at 2000 Beaver Creek Drive, Gravenhurst, Ontario. The Contractor shall perform and complete the Work within 28 weeks from the date of notification of acceptance of the offer. The purpose of this project (Phase 2 of the program) is to upgrade all existing in-addressable or not fiber-optic connectable system to addressable and fiber-optic connected in Class A style systems per latest building code, CAN/ULC standards and CSC Tech Criteria, and make fire alarm system in individual building in Minimum Institution interconnected with one central command post for monitoring. The central command monitoring post will be at the Beaver Creek Medium Intuition, and the command monitoring post of Minimum Institution itself will located at entrance building of Minimum Institution. The following are detailed scope of work including, but not limit to: 1. Replace fire alarm control panels in ten (10) buildings in Minimum Institution. 2. Replace annunciator panels in four (4) buildings in Minimum Institution. 3. Install new annunciator panels in four (4) buildings in Minimum Institution. 4. Install new fiber optic interface card and accessories in existing fire alarm control panel in six (6) buildings in Minimum Institution to facilitate fiber cable connections. 5. Replace existing conventional smoke/heat detectors and manual pull stations with analog addressable devices in seven (7) buildings in Minimum Institution per CAN/ULC standards. 6. Replace existing duct type smoke detectors for five (5) AHU units in Minimum Institution. 7. Replace existing monitoring module with addressable modules for twenty-six (26) sprinkler switches. 8. Replace existing traditional copper wiring with fiber optic cables and make fire alarm system interconnections among thirteen (13) buildings in Minimum Intuition. 9. Run fiber optic cables through existing ducts in underground communication vaults. 10. Upgrade FireWorks in both Minimum and medium institutions, relocate FireWorks workstation to new locations per CSC instruction. 11. Install zone cards and led zone annunciators to fire alarm monitoring post in Main entrance building in Minimum Institution to monitor all fire alarm zones of buildings in Minimum Institution. 12. Make expansion to zone cards and led zone annunciators to fire alarm monitoring post in Gatehouse building in Medium Institution to accommodate and monitor all fire alarm zones of buildings in Minimum Institution. 13. Connect fire alarm systems in Minimum Institution and Medium Institution by fiber optics. 14. Make all cooking ranges shutdown to occur simultaneously upon FAS alarm signal in all free egress accommodation buildings: BC14, BC18, BC19, BC24, BC25, BC40 & BC53. 15. Make all HVAC unit fan shutdown to occur simultaneously upon FAS alarm signal in all buildings which there is no duct smoke detector installed. 16. Add approximate more than three hundred and thirty (330) sounder bases to existing three hundred and thirty (330) smoke detectors in individual suites /sleeping rooms in building BC14, BC18, BC19, BC24, BC25, BC40 & BC53. Provide additional power circuits to sounder bases. Reprogram fire alarm system to make the smoke detectors sound a localized alarm only within the individual suite of detection and this shall result in a trouble condition on all required annunciators. 17. Test and verify all upgraded fire alarm systems. MANDATORY SITE VISIT 1. There will be a site visit on March 21st 2018 at 10:00AM. Interested bidders are to meet at the Principal Entrance of Beaver Creek Minimum Institution located at 2000 Beaver Creek Drive, Gravenhurst, Ontario, P1P 1W9. 2. The site visit for this project is MANDATORY. The representative of the Bidder must register by 10:30 AM on March 16th 2018 with the Contracting Officer, Rachel Kane at 416-512-5776 or rachel.kane@pwgsc.gc.ca to confirm their attendance and provide the name(s) of the person(s) who will attend. Valid photo Identification MUST be brought to the site visit otherwise there will be no access. Bidders must sign the Site Visit Attendance Sheet at the site visit. Bids submitted by Bidders who have not signed the attendance sheet will be rejected. 3. Safety Attire: In order to be guaranteed access to the site visit all persons should have the proper personal protection equipment (safety glasses, footwear, vests and hard hats etc.). Contractor`s personnel/individuals who do not have the proper safety attire may be denied access to the site. Bidders should provide, with their bid or promptly thereafter, a complete list of names of their board of directors. If such a list has 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 provide such a list within the required time frame will render the bid non-responsive. Bidders must submit the list of directors before 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 named in the aforementioned list within a specified delay. Failure to provide such Consent Forms within the delay will result in the bid being declared non-responsive. A COMPLETE LIST OF EACH INDIVIDUAL WHO ARE CURRENTLY ON THE BIDDER'S BOARD OF DIRECTORS. (SEE APPENDIX 1 OF THE "ITT" DOCUMENT) LIST SHOULD ACCOMPANY THE BID BUT MUST BE PROVIDED AT CONTRACT AWARD. Drawings and Specifications are now available for viewing and downloading in a Portable Document Format (PDF). Tenderers should note that Attachments include the Drawings and Specifications Package (DSP) which consists of PDF files organized in an industry recognized directory structure. Standard Terms and Conditions for this procurement are incorporated by reference into, and form part of the Tender and Contract Documents. The standard Public Works and Government Services Canada documents may be viewed at: https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditions-manual Enquiries: All enquiries of a technical and contractual nature, are to be submitted to the Contracting Officer, Rachel Kane, e-mail: rachel.kane@tpsgc-pwgsc.gc.ca Telephone: (416)512-5776, or Facsimile: (416) 512-5862 Bid Receiving: Tenders are to be submitted on or before the date and time specified on the front page of the ITT document including any subsequent amendments. Sealed tenders are to be submitted to Public Works and Government Services Canada Bid Receiving Unit, 4900 Yonge Street, Bid Receiving, 12th Floor, Toronto, Ontario, M2N 6A6. Delivery Date: 06/03/2018 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
-
Canadian Free Trade Agreement (CFTA)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Kane, Rachel
- Phone
- (416) 512-5776 ( )
- Email
- rachel.kane@pwgsc.gc.ca
- Fax
- (416) 512-5862
- Address
-
Ontario Region, Tendering Office
12th Floor, 4900 Yonge StreetToronto, Ontario, M2N 6A6
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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.