Y-Jetty and Lang Cove Remediation Project

Solicitation number EZ113-190891/B

Publication date

Closing date and time 2018/10/31 17:00 EDT

Last amendment date


    Description
    Trade Agreement: NONE
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    
    Y-Jetty and Lang Cove Remediation Project
    
    
    EZ113-190891/B
    Ly, Ronny(PWY)
    Telephone No. - (604) 318-5750
    Fax No. - (604) 775-6633
    Email - ronny.ly@pwgsc.gc.ca
    
    Title:
    Y-Jetty and Lang Cove Remediation Project
    
    Location: 
    Esquimalt, B.C.
    
    Note to Tenderers:
    Drawings and Specifications are now available for viewing and downloading in a Portable Document Format (PDF) or in a standard paper version. Tenderers should note that Attachment contains the Drawings and Specifications Package (DSP) which consists of PDF files organized in an industry recognized directory structure.
    
    INDIGENOUS BENEFITS PLAN (IBP)
    
    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 part of Canada’s commitment to support its First Nations population, this procurement contains an optional point rated Indigenous Benefits Plan (IBP) component that aims to provide socio-economic benefits to Indigenous People and Indigenous Firms of the Esquimalt and Songhees Nation.  The information that Bidders are required to provide is set out in detail elsewhere in the RFP.
    
    With the project location situated within the traditional territories of the Esquimalt Nation and Songhees Nation, bidders are encouraged to employ the available local workforce and utilize other locally available resources and equipment.
    
    
    Work Description
    
    1.  Public Services and Procurement Canada (PSPC) intends to retain a Contractor to provide construction services for the project as set out in this Request for Proposal (RFP). Bidders responding to this RFP are requested to submit a full and complete Bid.  The Bid will cover not only the Indigenous Benefit Plan (IBP) provided by the bidder, but also the Technical Criteria and pricing. 
    
    2.  This is a single phase “two envelope” selection process. 
    
    3.  This RFP Document sets out the project requirement, i.e., the particulars of the project itself, the Indigenous Benefit Plan (IBP) and the broad scope of services required from the Contractor.
    
    4. Based upon their analysis of the project requirement, IBP requirements and the capability/capacity of the firm, the Bidders formulate Bids for the service, including their price.
    
    5. The Bidders should provide their proposed IBP submission and proposed services in the “Technical Proposal” of the submission (Envelope One). The "Price Proposal" includes the proposed price and bid security which is submitted in a sealed envelope (Envelope Two).
    
    6. The IBP and Technical Portion of proposal(s) received will be evaluated, without knowledge of the price, by the PWGSC Evaluation Board. Evaluation is based on a set of mandatory and pre-established criteria, components and weight factors. Numerical technical scores will be awarded at the completion of the technical evaluation.
    
    7.       Price envelopes are then opened for the technically qualified proposals.  The responsive bid with the highest points combined will be recommended for award of the contract. Bidders who have not met the minimum technical pass score of one hundred twenty (120) points or who have been deemed non-compliant will have their price proposals returned to them unopened with no further evaluation of their proposal.
    
    Bidders cannot propose or otherwise include subcontractors in their bid that will be also participating in the solicitation as a Bidder.  Any bid that lists another Bidder as subcontractor will be deemed non-compliant in accordance with SI11.  In addition, if it is demonstrated that the subcontractor/Bidder was aware of and had indicated its approval of being listed as subcontractor, the subcontractor/Bidder`s bid may be deemed non-compliant in accordance with GI17.
    
    The project is not a standard dredging and disposal project; it is a remedial (i.e., contaminated materials) dredging project. Dredge material within the Work Site is located in difficult 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 things. The Contractor must use extra care to conduct its work in a manner that is suitable for environmental cleanup and not in a production dredging manner. The Contractor must conduct its work in a manner to minimize, to the extent practicable, resuspension and redistribution of contaminated sediment, and to comply with environmental protection requirements in these Specifications, the Environmental Management Plan (EMP), and any applicable permit conditions. 
    Work under this Contract covers required work elements (Base Work) and optional work elements (Optional Work) and the associated Tender Items for each type of work are listed in the Unit Price Table. The Departmental Representative may elect to include Optional Work as part of the Contract.
    
    The Coasting Trade Act applies to ALL vessels utilized by the Contractor during completion of the Work as part of this contract.
    
    Work will be performed in accordance with the contract schedules within the scope of work.
    
    MANDATORY PROPONENT’S CONFERENCE AND MANDATORY SITE VISIT
    
    Bidders attendance at the Bidders conference and site visit for this project is MANDATORY.  The representative(s) of the Bidder will be required to sign the attendance sheet at the Bidders conference and site visit.  Proposals submitted by Bidders who have not attended and signed the attendance sheet for the Bidders conference and site visit will not be accepted. 
    
    The mandatory bidders conference will be held from 10:30am to 12:30pm on Wednesday October 10, 2018 in the CFB Esquimalt Naval and Military Museum (Building N37) in the Delamere Conference Room.  The CFB Esquimalt Museum is located on the Naden base.  Under attachments, please see the map showing how to get to the Museum from the Naden entrance. The scope of the requirement detailed in the RFP will be reviewed during the conference. There are no security requirements to get access to the Naden base, however all attendees will need to have photo identification (i.e drivers license) to show at the gate, and there is ample parking in front of the building.
    
    After the mandatory bidders conference, there will be a MANDATORY site visit. A bus will be provided to transport the bidders to the project site, details will be given during the meeting.
    
    Bidders must wear personal protective equipment (high visibility vest, and steel toe work boots) to the site visit.
    
    Bidders are requested to communicate with the Contracting Authority, Ronny Ly at ronny.ly@pwgsc.gc.ca or (604) 318-5750 no later than 24 hours prior to the conference and site visit to confirm attendance.  Bidders should provide, in writing, to the Contracting Authority, the names of the person(s) who will be attending (maximum two people per bidder may attend)
    
    Any clarifications or changes to the RFP resulting from the mandatory bidders conference and mandatory site visit will be included as an amendment/addendum to the RFP. Submissions provided by Bidders who did not attend the mandatory bidders conference and the mandatory site visit and did not sign the attendance forms for both will be considered non-responsive and will not be considered further from the RFP process.
    
    INDUSTRIAL SECURITY RELATED REQUIREMENTS
    
    At RFP closing, the Bidder must hold a valid Security Clearance as indicated in section SC01 of the Supplementary 
    Conditions. Failure to comply with this requirement will render the Bid non-compliant and no further consideration will be 
    given to the Proposal.
    
    The successful Bidder'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 as indicated in section 
    SC01 of the Supplementary Conditions. Individuals who do not have the required level of security will not be 
    allowed on site. It is the responsibility of the successful Bidder 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 following security requirement (SRCL and related clauses) applies and form part of the Contract.
    
    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 Works and Government Services Canada (PWGSC).
    
    2. The Contractor/Offeror personnel requiring access to sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC.
    
    3.  Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.
    
    4.  The Contractor/Offeror must comply with the provisions of the:
    
    a. Security Requirements Check List and security guide (if applicable), attached at Annex A;
    b.  Industrial Security Manual (Latest Edition).
    
    Delivery Date:
    
    The Contractor must complete all structure demolition, Debris removal, dredging, optional Contingency Re-Dredging, Engineered Capping, and Backfill Material placement by the Substantial Performance on February 28, 2020 and Final Completion by March 27, 2020.
    
    Value of Project:
    
    To assist with bonding and insurance requirements, this project is estimated to cost approximately between $30,000,000 to $32,000,000.
    
    Tender Enquiries:
    
    Ronny Ly, Supply Specialist (604) 318-5750
    ronny.ly@pwgsc.gc.ca
    
    Firms intending to submit tenders on this project should obtain tender (solicitation) documents through Buyandsell.gc.ca/tenders. Addenda, when issued will be available from Buyandsell.gc.ca/tenders. Firms that elect to base their bids on tender (solicitation) documents obtained from other sources do so at their own risk and will be solely responsible to inform the tender calling authority of their intention to bid. In all cases, bidders must indicate (when requested) in the space provided on the tender form the identification number(s) of the addenda, if any, that they have taken into consideration for their bid.
    
    This procurement 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

    • 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

    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    008
    English
    56
    008
    French
    12
    007
    English
    49
    006
    English
    36
    007
    French
    4
    006
    French
    3
    005
    English
    50
    005
    French
    8
    004
    English
    57
    004
    French
    6
    003
    English
    53
    003
    French
    4
    002
    English
    64
    English
    19
    002
    French
    8
    001
    English
    117
    001
    French
    12
    English
    94
    English
    41
    000
    English
    277
    English
    62
    English
    40
    English
    88
    English
    244
    English
    40
    English
    84
    English
    58
    English
    36
    English
    3
    English
    50
    French
    27
    000
    French
    34

    Access the Getting started page for details on how to bid, and more.

    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 Proposal
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    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: