Mechanical Site Preparation
Solicitation number A2924-120012/A
Publication date
Closing date and time 2013/02/22 17:00 EST
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: No Nature of Requirements: Solicitation No: A2924-120012/A Contracting Authority: Ngan, Ken Telephone No. - (604) 658-2755 Fax No. - (604) 775-6633 Title: Mechanical Site Preparation Location: Riske Creek, BC Tender Enquiries: All tender enquiries must be submitted to the Contract Authority listed below in writing within the time period specified in the solicitation documents. Contracting Authority: Ken Ngan, Supply Specialist, Real Property Contracting, Public Works and Government Services Canada (PWGSC), Telephone Number (604) 658-2755. E-mail: ken.ngan@pwgsc.gc.ca. Background The Chilcotin Military Training Area (CMTA), located north of the small community of Riske Creek and about 47 kilometres west of Williams Lake, consists of approximately 41,000 hectares of land owned by the Department of National Defence (DND) and is used as a military training area. The management of forest resources on this property is the responsibility of the Department of Indian Affairs and Northern Development Canada (DIAND) through an Order-in-Council P.C. O.I.C 1961-807. DIAND is requiring the services of a Contractor on an as and when requested basis to carry out mechanical site preparation to access older cut blocks in support of the reforestation plans on the CMTA Lands. The objective in the mechanical site preparation is to create appropriate microsites for planting. This will include site preparation treatments types to create plantable spots by hectare for the artificial regeneration of Douglas-fir and lodgepole pine seedlings for yearly spring planting: " Single Pass Disk Trenching; " Double Pass Disk Trenching " Excavator Mounding; " Brush Removal; " Blade Scarification; " Piling; and " Windrowing. Site Visit N/A Mandatory Requirements: Mandatory Requirements Checklist 1. Corporate Overview The Bidder must provide a brief description of the following as it relates to providing services described in the Statement of work: - Brief description of the Bidder's business organization; - Bidder's qualifications to provide mechanical site preparation services; - Workforce availability; - Citizen status of the company and each member of the workforce. Required Supporting Information: - Provide brief descriptions of the Bidder's company as per the stated criteria. 2 Project References The proposal must demonstrate that the Bidder has mechanical site preparation experience as set out in the Statement of Work. A minimum of two (2) references completed within the last five (5) years must be provided to demonstrate the Bidder's capability. Each reference must include the following information: - Client Organization - Client Contact Name - Client Title - Duration (mm-yyyy to mm-yyyy) - Phone Number and/or Email - Brief Description - Outline experience in carrying out mechanical site preparation Required Supporting Information: -Proof of satisfactory mechanical site preparation experience must be demonstrated. -Each client reference must be supported by client contact information. 3 Equipment Inventory for Mechanical Site Preparation The Bidder must provide a list of equipment along with the applicable manufacturer technical data/ specifications that will be used in mechanical site preparation. The Bidder must demonstrate that this equipment can perform in a safe capacity. Required Supporting Information: Provide an equipment list with the relevant manufacturer technical information as per the stated criteria. 4 Safety Program The proposal must also demonstrate that the Bidder has implemented and maintains a safety program. Descriptions should be included for the following: - Adherence to Workers Compensation Act and regulations; and - Adherence to British Columbia Forest Safety Council SAFE Companies standards. Required Supporting Information: Provide brief descriptions of the safety programs that the firm has implemented and maintains as per the stated criteria. 5 First Aid The Bidders must provide a list and a description of the equipment and qualified personnel to provide first aid services for forestry field crews for projects/assignments similar to that described in the Statement of Work. Required Supporting Information: Provide a list and of first aid equipment and qualified personnel. Bidders must provide copy(s) of First Aid Certificates. 6. Project Supervisor/Manager The Bidder must provide a qualified project supervisor/manager. The project supervisor/ manager must have the following qualifications: - A minimum of five (5) years experience in the management of forestry based mechanical site preparation/timber harvesting operations. Required Supporting Information: Demonstrate proof of five (5) years project management experience in forestry based mechanical site preparation/ timber harvesting operations. 7 Heavy Equipment Machine Operators The Bidder must provide a list of qualified heavy equipment machine operators. Each of the machine operators must have the following qualifications: - A minimum of two years experience with heavy equipment related to forestry based mechanical site preparation/ timber harvesting operations. Required Supporting Information: Provide a list of qualified heavy equipment machine operators who each have a minimum of two years experience with heavy equipment related to forestry based mechanical site preparation/ timber harvesting operations. The evidence provided by the bidder may be verified by the Crown. Failure by the bidder to provide the required evidence or in the event that the evidence cannot be verified shall result in the bidder being disqualified and no further consideration will be given to the bidder. If the Bidder submits references in excess of the stated requirement above, only the references up to the identified limit will be assessed. PWGSC reserves the right to verify information for completeness and accuracy and to confirm reference satisfaction with services provided. In the event where the information cannot be verified or the service found to be unsatisfactory shall result in the proposal being considered non-responsive and no further consideration will be given to the Bidder. Period of Contract: The period for any resulting Contract shall be for a period of one (1) year with two (2) options to extend the contract each for an additional consecutive twelve (12) month period. Option to Extend Contract: The Contractor hereby grants Canada two (2) irrevocable options to extend the term of the Contract each for an ADDITIONAL CENSECUTIVE TWELVE (12) MONTH PERIOD, under the same terms and conditions as contained in the Contract. It is to be noted that Canada is not obliged to exercise any of these two (2). The exercise of any option will be at Canada's sole direction, by providing notification in writing through a formal Contract Amendment to the contractor prior to the contract expiry date. Standard terms and conditions for this procurement are incorporated by reference into, and form part of, the RFP and contract documents. The standard documents are issued by Public Works and Government Services Canada and may be viewed at http://sacc.pwgsc.gc.ca/sacc/index-e.jsp. Firms intending to submit proposals on this project should obtain RFP documents through the MERX services provider at http://www.merx.com. The telephone number for MERX is 1-800-964-MERX (6379). Amendments, when issued, will be available from the MERX service provider. Firms that elect to base their bids on documents obtained from other sources do so at their own risk and will be solely responsible to inform the tender authority of their intention to bid. This PWGSC office provides procurement services to the public in English. 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)
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
- Ngan, Ken (PWY)
- Phone
- (604) 658-2755 ( )
- Fax
- (604) 775-6633
- Address
-
800 Burrard Street, 12th floor
800, rue Burrard, 12e êtageVancouver, British C, V6Z 2V8
Buying organization(s)
- Organization
-
Aboriginal Affairs & Northern Development 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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.BK_PWY.B019.F6922.EBSU000.PDF | 000 |
French
|
2 | |
ABES.PROD.BK_PWY.B019.E6922.EBSU000.PDF | 000 |
English
|
4 |
Access the Getting started page for details on how to bid, and more.