Plumper Bay and Ashe Head Remediation Project

Solicitation number EZ113-180612/A

Publication date

Closing date and time 2017/10/17 17:00 EDT

Last amendment date


    Description
    Trade Agreement: Set-Aside Program for Aboriginal Business (SPAB)
    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: 
    
    EZ113-180612/A
    Leung, Janie (PWY)
    Telephone No. - (778) 919-3273
    Fax No. - (604) 775-6633
    Email: Janie.Leung@pwgsc.gc.ca 
    
    Information Notice 
    
    Title:  
    Plumper Bay and Ashe Head Remediation Project
    
    Location: 
    CFB Esquimalt, Department of National Defence
    Esquimalt Harbour on Vancouver Island, B.C.
    
    Work Description:
    Public Services and Procurement Canada intends to issue a Request for Proposal (RFP) in October 2017.
    
    The Plumper Bay and Ashe Head Remediation Project (PBAHRP) will address contaminated sediment in two areas within Plumper Bay, on the east side of Esquimalt Harbour.  The Ashe Head project site is located within the southern portion of Plumper Bay and Plumper Bay work site is located along the Headland south of Thetis Cove. The project will implement remedial dredging and material placement measures to reduce ecological risk and associated liability for DND.  
    
    Work under this Contract covers dredging and excavation of contaminated sediments, and encountered Dredge Debris; treatment of dredge effluent (as necessary); in-water transportation (to the Contractor Off-Site Offload Facility) of dredge material and Dredge Debris; temporary off-site stockpiling (if proposed); treatment of contaminated sediment at a Treatment Facility (if proposed); upland transportation and disposal of dredge material and Dredge Debris at an upland Disposal Facility; importing and placing clean Backfill Material; and set up and maintenance of temporary facilities to support the above work (if applicable). Completion of the project is required by March 15, 2018.
    
    The sediment remediation required by this Contract is not a standard marine dredging and disposal project.
    
    -Dredged and excavated material within the PBAHRP Work Site is located in difficult to access areas and is contaminated with various chemicals of concern, contains a substantial amount of wood debris, and may contain historically, archaeologically, architecturally, or paleontologically significant structures, sites, or things. Dredge cuts and dredging locations will require additional precision beyond standard production dredging methods.
    
    -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.
    
    -The marine sediments to be removed as part of this work will disposed of at an established Disposal Facility that is licensed and 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.  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).
    
    -Re-suspension of contaminated sediments during construction activities that may result in recontamination of portions of the PBAHRP Work Site, or areas outside the PBAHRP 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.
    
    -Final Completion is required to be March 15, 2018.
    
    Value of Project: 
    To assist with insurance requirements, this project is estimated to cost between $11,500,000.00 to $12,500,000.00.
    
    Procurement Strategy for Aboriginal Business (PSAB):
    
    This procurement will be set aside under the federal government's Procurement Strategy for Aboriginal Business (PSAB). In order to be considered, a supplier must certify that it qualifies as an Aboriginal business as defined under PSAB and that it will comply with all requirements of PSAB.
    
    Potential bidders of the upcoming opportunity are advised to contact Aboriginal Affairs and Northern Development Canada (AANDC) to obtain information about the PSAB at the following website and coordinates:
    
    Aboriginal Affairs and Northern Development Canada
    Aboriginal Procurement & Business Promotion Directorate
    Phone: 1-800-400-7677
    Fax: 819-956-9837
    Email: saea-psab@aadnc-aandc.gc.ca
    Website: http://www.aadnc-aandc.gc.ca/eng/1100100032802/1100100032803
    
    Security Requirement:
    The PBAHRP Work Site is located in an area where there are no DND security requirements. However, access to and use of the optional DND staging area will include the following industrial Security Requirements:  
    
    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.
    
    Interested Contractors and their subcontractors that do not have the level of security indicated above, PSPC shall sponsor the Contractor so CISD can initiate procedures for security clearance. CISD, by letter, shall forward documentation to the Contractor for completion.  Interested Contractors desiring such sponsorship should so indicate in writing to the contracting Authority.
    
    
    Enquiries:  
    Janie Leung, Supply Specialist 
    Tel: (778) 919-3273
    Fax: (604) 775-6633
    Email: Janie.Leung@pwgsc.gc.ca
    
    
    This notice is intended for information purposes only and may be subject to change without notice. Release of this information does not constitute a commitment on the part of the Government of Canada to contract for any of the above mentioned requirements.
    
    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

    • Set-Aside Program for Aboriginal Business (SPAB)

    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
    Leung, Janie
    Phone
    (778) 919-3273 ( )
    Email
    janie.leung@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: