SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Y-Jetty and Lang Cove Remediation Project

Solicitation number EZ113-190891/A

Publication date

Closing date and time 2018/08/22 17:00 EDT


    Description
    Trade Agreement: NONE
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Y-Jetty and Lang Cove Remediation Project
    
    EZ113-190891/A
    Ly, Ronny(PWY)
    Telephone No. - (604) 318-5750 (    )
    Fax No. - (604) 775-6633 (    )
    ronny.ly@pwgsc.gc.ca
    
    Request for Information (RFI)
    
    Y-Jetty and Lang Cove Remediation Project - Esquimalt Harbour, Esquimalt, B.C.  
    
    Background of the RFI 
    
    The Department of National Defence (DND), which administers Esquimalt Harbour, is implementing a remediation and risk management program in Esquimalt Harbour at Y-Jetty and Lang Cove as part of a long-term strategy to address sediments that have been contaminated by historical industrial activities. The project will implement remedial dredging and material placement measures to reduce ecological risk and associated liability for DND.
    As a result of historical activities in Esquimalt Harbour, sediment contamination exceeding the Canadian Council of Ministers of the Environment (CCME) probable effects level (PEL) sediment quality guidelines (SQGs) are present within the Project Area. The primary contaminants of potential concern (COPCs) resulting from historical activities in the harbour include arsenic, copper, lead, zinc, mercury, polycyclic aromatic hydrocarbons (PAHs), polychlorinated biphenyls (PCBs), dioxins, furans and organochlorine pesticides. 
    
    Sources of historical contamination in the general vicinity of Y Jetty and Lang Cove include: 
    
    • private dry dock and ship building activities as part of the former Yarrows Shipyard including the construction of frigates and ferries;
    • berthing of naval vessels at Y Jetty during DND operations;
    • infilling of Lang Cove as a result of expanding naval operations;
    • disposal of dredged material in Lang Cove from other parts of Esquimalt Harbour; and 
    • operation of a marine railway in Lang Cove 
    
    Work Description
    As part of the Esquimalt Harbour Remediation Program (EHRP)several other projects are planned or are underway to remediate sediment at various locations in Esquimalt Harbour. The focus of this project, the solicitation for which is expected to be published in late August, 2018 , is the sediment remediation and risk management of contaminated sediments at Y Jetty and Lang Cove in Esquimalt Harbour. The remediation and risk management of sediment contamination for this Project consists of the following components: 
    • mobilization and demobilization 
    • contractor vessel moorage and anchorage 
    • jetty utility protection
    • structure demolition/removal, relocation and reinstatement 
    • dredging and debris removal (removal of old marine railway)
    • material processing to segregate suspected unexploded ordnance (UXO) 
    • dewatering of dredged material and management of dredge water effluent
    • placement of clean material 
    • in-water transportation 
    • offloading and upland transportation 
    • disposal at a permitted facility
    
    Approximately 51,375 cubic metres of contaminated sediment are proposed to be dredged and disposed of at a permitted facility as part of this project, and  approximately 51,375 cubic metres of clean fill material and residuals management cover proposed to be placed back in the project site to return the site to grade.  
    
    The sediment remediation required by this Contract is not a standard marine dredging and disposal project, as outlined below
    • Dredged and excavated material within the YJLC Work Site is located in difficult to access areas and is contaminated with various chemicals of concern, may contain debris, suspected Unexploded Explosive Ordnance (UXO), and historically, archaeologically, architecturally, or paleontologically significant structures, sites, or objects . 
    
    • The contractor shall use extra care to conduct its work in a manner that is suitable for environmental cleanup and not in a production dredging manner. Dredge cuts and dredging locations will require additional precision beyond standard production dredging methods.
    
    • The marine sediments to be removed as part of this work will be disposed of at a pre-existing Disposal Facility that is permitted in accordance with the jurisdiction in which it operates. 
    
    • The characterization of the dredged and excavated material is suitable for initial sediment classification purposes for this project.  The contractor shall be responsible for any additional sediment characterization that may be required during the execution of the contract for health and safety purposes, transportation, disposal, or to meet regulatory or permit requirements.  The material is classified as IL+ waste material for the purposes of the tender, according to the current British Columbia Contaminated Sites Regulation (BC CSR). Marine sediments with polychlorinated biphenyls (PCBs) at concentrations greater than 2 parts per million (ppm) but less than 50 ppm will be removed as part of this work for disposal at a Disposal Facility. 
    
    
    • Re-suspension of contaminated sediments during construction activities that may result in recontamination of portions of the YJLC Work Site, or areas outside the YJLC Work Site, is of great concern to PSPC.  The contractor shall conduct its work in a manner to minimize, to the extent practicable, re-suspension and redistribution of contaminated sediment, and to comply with environmental protection requirements in the specifications and with permit conditions.
    
    • The Coasting Trade Act applies to ALL vessels utilized by the Contractor during completion of the Work as part of this contract.
    
    
    • Work within Esquimalt Harbour must comply with Esquimalt Harbour - Practices and Procedures. The latest Esquimalt Harbour - Practices and Procedures are available on the internet at: http://esquimaltharbour.ca.
    
    • The location of the work is within the traditional territories of the Esquimalt and Songhees First Nations.
    
    Industrial Security Related Requirements:
    
    At bid closing, the Proponent must hold a valid Security Clearance. Failure to comply with this
    requirement will render the Proposal non-compliant and no further consideration will be given to the Bid.
    The Successful Proponent's personnel, as well as any subcontractor and its personnel, who are required to perform any part of the Work pursuant to the subsequent contract must meet the mandatory security requirement. 
    It is the responsibility of the successful proponent to ensure that the security requirements are met throughout the performance of the contract. Canada will not be held liable or accountable for any delays or additional costs associated with the successful bidder's non-compliance with the mandatory security requirement. 
    
    The YJLC Work Site is located in an area where the following Industrial Security Requirements apply:   
    
    1.      The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Services and Procurement Canada (PSPC).
    
    2.      The Contractor/Offeror personnel requiring access to sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PSPC.
    
    3.   Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PSPC.
    
    PSPC shall sponsor any potential vendors that do not presently have the level of security clearance indicated above so CISD can initiate procedures to conduct a security clearance. Interested suppliers desiring such sponsorship shall make such a request in writing to the Contract Authority on this RFI.
    
    
    Contemplated Procurement Strategy
    
    As part of the Government of Canada’s goal of modernizing procurement practices, including that of social procurement and developing initiatives to increase the diversity of bidders on government contracts, including that of Indigenous Peoples, PSPC invites input from the Indigenous business community.  This feedback may also allow for consideration of potential socio-economic benefits, such as skills and economic development within the area.
    This requirement will not be set-aside under the Procurement Strategy for Aboriginal Business.  The contemplated procurement strategy is a competitive Request for Proposal that is open to any Indigenous and Non-Indigenous firms as well as Joint Ventures. 
    
    The evaluation strategy will include either mandatory or point-rated criterion focused toward an Indigenous Benefits Plan (IBP) related to the Esquimalt and Songhees First Nations.  Conversely, the evaluation strategy may include a combination of both types of criterion.
    
    
    Estimated Value of Project
    
    The total estimated value of this project is $30M
    
    Purpose of this RFI
    
    The purpose of this RFI is to:
    • Gather information and interest in this planned project
    • Provide awareness of this planned project to the local Indigenous business community and industry 
    • Initiate an industry and community consultative process    
    • Determine Indigenous Business and industrial capacity of local First Nations, specifically, the Esquimalt and Songhees First Nations.  
    • In order to facilitate this information-gathering exercise, a Community and Industry Engagement event will be scheduled.  This event will provide contractors and the Esquimalt and Songhees First Nations the opportunity to meet and discuss partnering, sub-contracting, and skills development.
    
    Industry Engagement Questions
    
    For the purpose of this project, Canada is interested in determining the current and future capacity for the provision of construction material, equipment, labour and skills within the traditional territories of the Esquimalt and Songhees First Nations.
    
    Please consider the following questions in your response to this RFI.
    
    1) Do you own or operate a company or Joint Venture?  If so, please provide a list of the Skills and equipment you offer.  Please include a detailed summary including a brief history of work and/or projects completed within the last 10 years (if any).
    
    2) For prime contractors considering this opportunity, how could you work with sub-contractors, labour (including training, e.g. apprenticeships), material, and equipment available from the Esquimalt and Songhees First Nations?  How would your company organize and manage this? 
    
    3) For both community members and industry, what incentive strategies have you encountered in previous contracts to encourage First Nations engagement resulting in skills development, industrial capacity and economic benefit to local First Nations? 
    
    4) Could you recommend approaches for incorporating social procurement measures?
    
    5) Do you anticipate the inclusion of the requirement for an Indigenous Benefits Plan (IBP) will have an impact on your participation in this procurement?
    
    6) One of the social procurement measures implemented for this procurement may be to ensure that a minimum percentage of subcontracting consist of diverse suppliers, which in this case would be focused toward the Esquimalt and Songhees First Nations. What percentage of subcontracting with diverse suppliers might be achievable?  For example, one approach could be to include a rated criterion in the RFP to award 5-15% of the total technical score on the basis of subcontracting to diverse suppliers. A diverse supplier is currently defined as a business owned or led by Canadians from underrepresented groups, such as women, Indigenous Peoples, persons with disabilities and visible minorities. Each business is usually defined as being owned, operated and controlled by 51% of a given group (e.g., women-owned business, Indigenous-owned business, persons with disabilities-owned business, or visible minority-owned business).
    
    7) PSPC is considering various models to confirm that a supplier meets the definition of a diverse supplier.  One option is that suppliers self-certify with an attestation, which would be verified by PSPC through audits throughout the life of the contract.  Should PSPC use attestation (self-certification) followed by audits, or certification by established certification organizations to qualify diverse suppliers and social enterprises? What other methods would you propose we use to verify diverse suppliers?
    A second option is to make use of third party organizations which verify that suppliers meet the diverse supplier definition and provide a certification for a fee such as:
    
    • https://www.buysocialcanada.com/suppliers
    • Canadian Aboriginal and Minority Supplier Council
    • WBE Canada, Certified Women Business Enterprises
    • Canadian Council for Aboriginal Business
    • Inclusive Workplace Supply Council of Canada
    • Social Purchasing Project (for social purpose enterprises)
    
    8) Certification bodies typically charge a fee to certify a business as a diverse supplier or social enterprise. Are you willing to pay an extra fee to be certified? Would this type of fee create an impact on your organization? 
    
    
    Please identify any other issues, concerns, or recommendations not addressed above.
    
    
    Important Note to Respondents
    Respondents may submit their responses to the PSPC Contracting Authority, identified below, preferably via email.
    Ronny Ly
    Supply Specialist, Real Property Contracting
    Public Services and Procurement Canada 
    219 - 800 Burrard Street
    Vancouver, B.C. V6Z 0B9
    E-mail address/ Telephone/ Facsimile: Ronny.Ly@pwgsc.gc.ca/604-318-5750/604-775-6633
    
    A point of contact for the Respondent should be included in the package.
    Community and Industry Engagement Session. 
    Date:           TBD 
    Time:           TBD
    Location:    TBD 
    
    Respondents can participate in person. Interested suppliers should register a maximum of two representatives by notifying the Contracting Authority identified above no later than TBD Further details will be provided to respondents.  
    
    Attendees are responsible for their own transportation, accommodation, meals and parking. PSPC will not reimburse any attendee for expenses incurred in attending, participating and/or responding to any part of these industry engagement activities.
    
    This RFI is neither a call for tender nor a Request for Proposal (RFP). No agreement or contract will be entered into based on this RFI. The issuance of this RFI is not to be considered in any way a commitment by the Government of Canada, nor as authority to potential respondents to undertake any work that could be charged to Canada. This RFI is not to be considered as a commitment to issue a subsequent solicitation or award contract(s) for the work described herein.
    
    This RFI is not intended to constitute, or be interpreted as, a call for tenders, a call for proposals, or as a pre-qualification process. Submission of a response to this RFI or participation in a meeting is not intended to, nor does it, create any contractual or other legally binding obligation or duty, including any obligation or duty to accept or reject information, to enter into negotiations or decline to enter into or continue negotiations, or to award or decline to award a contract. Participation in this RFI and the submission of a response to this RFI is not a pre-condition to participation in a subsequent commercial process, if any.
    
    Respondents are requested to provide their comments, concerns, and, where applicable, alternative recommendations regarding how the requirements or objectives described in this RFI could be satisfied. Respondents should explain any assumptions they make in their responses.
    
    There is no formal structure or format that a response to this RFI should meet. The respondent should feel free to submit whatever information it feels would make a useful and relevant contribution to PSPC and the Department of National Defence’s analysis of this project and the development of solicitation documents to procure a solution to fulfill its requirements.
    
    Canada may, in its sole discretion, contact any respondents to follow up with additional questions or for clarification of any aspect of a response.
    
    This RFI will not result in the creation of any source list. Therefore, whether or not any potential supplier responds to this RFI will not preclude that supplier from participating in any future procurement.
    
    All responses will be treated as confidential, subject to the provisions of the Access to Information Act (R.S. 1985, c. A-1) and the Privacy Act (R.S., 1985, c. P-21).
    
    PSPC will in no way make any direct attribution of any information obtained from respondents that has been identified by respondents as “confidential” or “proprietary” within their responses. 
    
    Responses will not be formally evaluated. However, PSPC and the Department of National Defence will review all responses received by the RFI closing date. PSPC and the Department of National Defence may, at their discretion, review responses received after the RFI closing date. 
    
    A review team composed of representatives of PSPC and the Department of National Defence will review the responses received. PSPC and the Department of National Defence reserves the right to hire any independent consultant or use any resources that it considers necessary to review any response, in part or in its entirety. Not all members of the review team will necessarily review all responses. 
    
    In addition to any other expressed or implied rights, PSPC reserves the right to: 
    .1  Cancel this RFI process at any time; 
    .2  Cancel this RFI process at any time and issue a new RFI for the same or similar information; 
    .3  Make amendments to the timing and/or structure of this RFI process, including the closing date of the RFI, at its exclusive discretion; 
    .4  Request additional supporting information or clarification from any or all respondents, and/or provide to respondents additional clarification and information pertinent to this RFI; 
    .5  Contact any customer or reference provided within a respondent’s submission; and 
    .6  Not consider any response, in its entirety, containing information which PSPC in its opinion, believes to contain misrepresentations or any other inaccurate, suspicious or misleading information. 
    
    Questions regarding this RFI must be submitted electronically and to the contracting representative named above. Questions must be received no later than 22 August, 2018 in order to allow sufficient time to provide a response. Enquiries received after that time may result in an answer NOT being provided. 
    
    Feedback and responses related to this RFI are requested no later than 22 August, 2018 in order to allow for its review.  Feedback and responses received after this date may not be considered.
    
    Changes to the RFI may occur and will be advertised on the Government Electronic Tendering System (buyandsell.gc.ca). PSPC may provide written answers to questions received on or before the RFI closing date by means of RFI addenda and or Questions and Answers Posted on Buyandsell.gc.ca. Canada asks Respondents to visit Buyandsell.gc.ca regularly to check for changes, if any. 
    
    
    
    
    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

    • No trade agreements are applicable to this solicitation process

    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
    Ly, Ronny(PWY)
    Phone
    (604) 318-5750 ( )
    Email
    ronny.ly@pwgsc-tpsgc.gc.ca
    Fax
    (604) 775-6633
    Address
    800 Burrard Street, Room 219
    800, rue Burrard, pièce 219
    Vancouver, British C, V6Z 0B9

    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
    Request for Information
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Not applicable
    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: