Marine Sediment Consulting and Remediation Services (Task
Authorization)

Solicitation number EZ899-150978/A

Publication date

Closing date and time 2015/01/15 17:00 EST

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: YES (MERX) Electronic
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: Yes
    Nature of Requirements: 
    Solicitation No:   EZ899-150978A
    Contracting Authority: Liu, Patty
    Telephone No. - (604) 775-6227 
    Fax No. - (604) 775-6633
    
    Title:  Marine Sediment Consulting and Remediation Services
    (Task Authorization)
    Location:  Pacific Region - British Columbia and Yukon
    
    Requirement: 
    Public Works and Government Services Canada (PWGSC),
    Environmental Services, has a requirement for Contaminated
    Marine Sediment Consulting and Remediation Services, on an "as
    and when requested" basis, on behalf of PWGSC and other client
    departments.  These services include the following:
    
    Studies and Modelling: marine contaminated sediment data review
    and gap analysis assessments,
    sediment investigations, sediment geochemistry and contaminant
    fate / transport studies, surface water
    investigations, recontamination and source control
    investigations, toxicological and biological characterization,
    oceanography, hydrology, bathymetric and coastal studies,
    hydrodynamic and sediment
    transport modeling, and data management.
    
    Planning, Evaluation, and Design: Marine sediment remedial
    options analysis, project permitting and
    regulatory support, sustainable remediation design, coastal
    engineering for contaminated sediment
    projects, marine geotechnical engineering for contaminated
    sediment projects, dredging design for
    contaminated sediments, cap design for contaminated sediments,
    and structural engineering of marine
    structures for sediment remediation.
    
    Remediation Supervision: Preparation of project management
    documentation, constructability review
    and quality assurance of design documents, construction contract
    administration, materials testing,
    construction surveys and characterization, record drawings,
    compliance monitoring, post-remediation
    sediment / water / tissue monitoring, preparation of site
    closure reports.
    
    The Contractor is responsible for performing or providing expert
    advice and support of all activities relating to the above noted
    services in the Pacific Region (British Columbia and Yukon) in
    and around federally owned facilities and properties.
    
    It is expected that PWGSC will award up to two (2) Contracts as
    a result of this Request For Proposal.  The overall estimated
    volume of work to be distributed amongst successful bidders is
    up to $20,000,000.00 (including applicable taxes).  The period
    of the Contracts will be three (3) years from contract award.
    
    Bidders must provide a list of names, or other related
    information as needed, pursuant to section 01 of Standard
    Instructions 2003.
    
    Bidders in receipt of a pension or a lump sum payment must
    provide the required information as detailed in article 3 of
    Part 2 of the bid solicitation.
    
    The requirement is subject to the provisions of the World Trade
    Organization - Agreement on Government Procurement (WTO-AGP),
    the North American Free Trade Agreement (NAFTA), and the
    Agreement on Internal Trade (AIT).
    
    The Comprehensive Land Claims Agreements of up to eleven (11)
    Yukon First Nations may apply to this procurement, depending on
    where the services will be provided   
    
    Bidder's Conference:
    A bidder's conference will be held at the PWGSC Vancouver Office
    - Room 1902, 800 Burrard Street, Vancouver, BC on December 8,
    2014.  The conference will begin at 1:00pm PST.  The scope of
    the requirement outlined in the solicitation will be reviewed
    during the conference and questions will be answered.  It is
    recommended that bidders who intend to submit a bid attend or
    send a representative.
    
    Bidders are requested to communicate with the Contracting
    Authority before the conference to confirm attendance.  Bidders
    should provide, in writing, to the Contracting Authority, the
    names of the person(s)
    who will be attending and a list of issues they wish to table at
    least three (3) working days before the
    scheduled conference.
    
    Any clarifications or changes to the bid solicitation resulting
    from the bidders' conference will be included
    as an amendment to the bid solicitation. Bidders who do not
    attend will not be precluded from submitting
    a bid.
    
    Security Requirement:
    	Bidders are hereby informed that there is a possibility that
    some Task Authorization (TA) contracts might require that the
    Contractors and their personnel to possess a Designated
    Organization Screening (DOS) at the RELIABILITY STATUS level
    issued by the Canadian Industrial Security Directorate (CISD) of
    Public Works and Government Services Canada (PWGSC).
    
    	Should the successful bidders not have the level of security
    indicated above, PWGSC shall sponsor the successful proponents
    so CISD can initiate procedures for security clearance. CISD, by
    letter, shall forward documentation to the successful bidders
    for completion.  Bidders desiring such sponsorship should so
    indicate in their covering letter with their bid.
    
    	Successful bidder(s) issued a Task Authorization Contract as a
    result of this Task Authorization Agreement, not possessing the
    required security clearance at time of a Task Authorization,
    will be bypassed and PWGSC will proceed to the next Contractor
    who possesses the required security
    	clearance and it is furthest away from the ideal business
    distribution
    
    
    Inquiries:  
    Patty Liu, Supply Specialist 
    Tel: (604) 775-6227
    Fax:  (604) 775-6633
    Email:  patty.liu@pwgsc.gc.ca
    
    
    Firms intending to submit proposals 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
    proposals 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. 
    
    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

    • 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)
    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
    Liu (PWY), Patty
    Phone
    (604) 775-6227 ( )
    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
    003
    English
    10
    003
    French
    2
    002
    English
    18
    002
    French
    0
    English
    18
    001
    English
    25
    001
    French
    4
    English
    41
    000
    English
    89
    000
    French
    9

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

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    ,
    Yukon
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.