Hazardous Materials Assessment and Abatement Consulting Services
(Task Authorization)
Solicitation number EZ113-150642/A
Publication date
Closing date and time 2015/04/07 17:00 EDT
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: EZ113-150642/A Contracting Authority: Liu, Patty Telephone No. - (604) 775-6227 Fax No. - (604) 775-6633 Title: Hazardous Materials Assessment and Abatement Consulting Services Task Authorization Location: Pacific Region - British Columbia and Yukon Requirement: Public Works and Government Services Canada (PWGSC), Environmental Services, has a requirement for the assessment and abatement of hazardous materials, on an "as and when requested" basis, on behalf of PWGSC and other client departments. The assessments, compliance evaluations, abatement and disposals of hazardous material may be conducted at a variety of sites including, but not limited to, federal owned office buildings, prisons, warehouses, storage facilites, laboratories, fish hatcheries, private residences and ships owned or under the control of federal government. PWGSC also provides management and assessment services for hazardous products and wastes generated through their use of PWGSC owned properties and on behalf of other client departments. This work includes plan development, implementation and material disposal. 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 three (3) Contracts as a result of this Request For Proposal. The overall estimated volume of work to be distributed amongst successful bidders is up to $2,100,000.00 (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 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 PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Liu (PWY), Patty
- Phone
- (604) 775-6227 ( )
- Fax
- (604) 775-6633
- Address
-
800 Burrard Street, Room 219
800, rue Burrard, pièce 219Vancouver, British C, V6Z 0B9
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW_PWY.B026.F7453.EBSU004.PDF | 004 |
French
|
1 | |
ABES.PROD.PW_PWY.B026.E7453.EBSU004.PDF | 004 |
English
|
17 | |
ABES.PROD.PW_PWY.B026.F7453.EBSU003.PDF | 003 |
French
|
2 | |
ABES.PROD.PW_PWY.B026.E7453.EBSU003.PDF | 003 |
English
|
20 | |
ABES.PROD.PW_PWY.B026.F7453.EBSU002.PDF | 002 |
French
|
0 | |
ABES.PROD.PW_PWY.B026.E7453.EBSU002.PDF | 002 |
English
|
20 | |
ABES.PROD.PW_PWY.B026.F7453.EBSU001.PDF | 001 |
French
|
2 | |
ABES.PROD.PW_PWY.B026.E7453.EBSU001.PDF | 001 |
English
|
37 | |
ABES.PROD.PW_PWY.B026.F7453.EBSU000.PDF | 000 |
French
|
12 | |
ABES.PROD.PW_PWY.B026.F7453.ATTA001.PDF |
French
|
14 | ||
ABES.PROD.PW_PWY.B026.E7453.ATTA001.PDF |
English
|
64 | ||
ABES.PROD.PW_PWY.B026.E7453.EBSU000.PDF | 000 |
English
|
69 |
Access the Getting started page for details on how to bid, and more.