Window Replacement

Solicitation number F1700-195600/A

Publication date

Closing date and time 2019/07/29 17:00 EDT

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    F1700-195600/A
    Leung, Janie (PWY)
    Telephone No. - (778) 919-3273
    Fax No. - (604) 775-6633
    Email: Janie.Leung@pwgsc.gc.ca
    
    Title:  
    Window Replacement
    
    Location: 
    Pacific Biological Station, Taylor Building, Nanaimo, BC
    
    Work Description: 
    The Pacific Biological Station (PBS) was established in 1908 and is the principal centre for fisheries research on the West Coast. There are some 22 structures on the site including a four-story office/wet lab building, specialty storage structures for hazardous chemicals and salt water pumping facilities. PBS maintains a number of workshops for research support. There is a 200-lineal-foot wharf used for loading, unloading, and berthage of research vessels, as well as a small boat dock for inshore research boats.
    
    Moisture and ambient air are leaking into the interior of the Taylor Building stair connector through the two original glass curtain walls. The glass has been repaired and re-sealed over the years and the repairs are failing to maintain the integrity of the building envelope. The glass curtain walls require replacement to maintain the structure and protect the interior of the building. 
    
    The Department of Fisheries and Oceans Canada (DFO) is seeking services by a qualified contractor to remove and replace the two glass curtain wall assemblies with high performance glass and insulated composite panels on the Taylor Building. The assemblies shall be sealed and weatherproof. 
    
     The contractor shall provide all materials, labour and equipment required for the glass replacement. Project work includes but not be limited to the following: 
    - Remove and dispose of the existing glass on both sides of the building. 
    - Provide and install high performance glass and insulated composite panels. 
    - Reconstruct the parapets to accommodate the curtain wall. 
    - Extend the roof overflow scuppers through a section of insulated composite panel. 
    - Remove and dispose of the interior guard rails, retain the handrails and reinstall the handrails with code compliant guard rails. Provide metal closure angles along the stairs and landings. 
    - Remove sealants from the concrete surfaces around all existing windows. 
    - Protect landscaping and all building components, maintain weather tight conditions and maintain access at all times during construction. 
    - Repair any building components damaged during construction. 
    - Hire a qualified testing agency to test the curtain wall for water penetration, correct all deficiencies and submit reports to the Departmental Representative. 
    - Submit all testing reports, shop drawings, maintenance manuals and as-built drawings identified in the specifications to the Departmental Representative prior to project closeout.
    
    Mandatory Requirement:
    -Building Enclosure: Perform caulking using parties recognized for ability in the trade, having at least five (5) years proven satisfactory experience, to carry out work and/or supervise skilled mechanics thoroughly trained and competent in use of caulking and sealant materials.
    - Aluminum Curtain Wall System: The design, fabrication, and installation shall be performed by trade specialists having a minimum of five (5) consecutive years of successful completion of work similar in scope and nature.
    - Glazing: The glass and glazing work to be done shall be executed by a qualified glazing contractor with at least five (5) years of continual experience in the trade, who shall be prepared to prove to the Departmental Representative’s satisfaction that they have adequate facilities and skilled personnel suitable for the supply and installation of all glass and glazing materials required by the glazing work outlined in the specifications.
    - PMMA Waterproof Coatings: The applicator shall be a Certified Applicator of the PMMA coating system to be installed and have a minimum of three years of directly applicable PMMA coating installation experience, or have installed a minimum of 500 m2 of the specified PMMA coating system.
    
    Site Visit: 
    Contractors are strongly recommended to visit the site prior to submitting a tender for this work and to make inquiries or investigations necessary to become thoroughly acquainted with the site as well as the nature and extent of the work.
    
    There is an optional site visit at the Taylor Building, 3190 Hammond Bay Road, Nanaimo, British Columbia V9T 6N7 on Wednesday July 17, 2019 at 10:00 am PDST. Bidders are to check in with the Commissionaire in the lobby of the Taylor Building to meet with the DFO Representative. 
    
    Delivery Date: 
    The Contractor shall perform and complete the Work by November 15, 2019, including submission of all final project closeout documentation.
    
    Enquiries:  
    Janie Leung, Supply Specialist 
    Tel: (778) 919-3273
    Fax: (604) 775-6633
    Email: Janie.Leung@pwgsc.gc.ca
    
    Value of Project: 
    To assist with insurance requirements, this project is estimated to cost between $100,000 to $500,000.
    
    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. 
    
    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

    • Canadian Free Trade Agreement (CFTA)

    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
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    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
    001
    French
    1
    English
    10
    001
    English
    9
    000
    French
    5
    English
    28
    English
    25
    000
    English
    27
    English
    16

    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
    Lowest 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: