Life Safety Refurbishments

Solicitation number F1700-164451/A

Publication date

Closing date and time 2017/02/28 17:00 EST

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: 
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    F1700-164451/A
    Siopongco, Philip (PWY)
    Telephone No. - (604) 351-6139
    Email: Philip.Siopongco@pwgsc.gc.ca
    
    Title
    Life Safety Refurbishments - Department of Fisheries and Oceans
    
    
    Location
    Victoria Coast Guard Base, Victoria, BC 
    
    
    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 File(s) contain the Drawings and Specifications Package (DSP) which consists of PDF files organized in an industry recognized directory structure.
    
    
    Work Description 
    Department of Fisheries and Oceans though Public Works and Government Services Canada (PWGSC) has a requirement which includes the installation andintegration of an addressable fire alarm system and devices, as well as a public address system into the existing life safety equipment and system on site. Work also includes refurbishments to mechanical life safety components.
    
    Work of this Contract comprises of but is not necessarily limited to the supply and installation of the following items:
    
    Addressable Fire Alarm system:
    • Provide all labour, material and equipment necessary to extend, expand and replace the existing fire alarm system intothe Project area. Make modifications to the existing fire alarm system as indicated in the drawings and specified herein.
    • Include all wiring and material required to complete the installation.  Items obviously necessary or reasonably implied to complete the work are to be supplied as if indicated on the drawings and called for in the specifications.
    • All new components shall be ULC listed and approved for use on the intended equipment and to be compatible to the existing Siemens fire alarm system.Coordinate on site as required.
    Work Included:
    • Provide new addressable detectors, ancillary relays, and signaling devices as indicated on the drawing
    • Connect to existing fire alarm panel as required
    • Modify all existing annunciators as required
    • Modify the existing fire alarm annunciators as required
    • Perform all the required programming, verification & documentation as required.
    
    
    
    
    
    Public Address System:
    
    Public address system to include:
    
    • Microphone.
    • Speakers.
    • Mixing Amplifier.
    • IP Paging Unit.
    • Connection with the existing fire alarm system (to mute the PAS when fire alarm systems   
     activated)
    • Accessories and incidentals necessary for a complete operational system as intended.
    
    SYSTEM OVERVIEW
    
    • The sound system shall provide intelligible voice coverage inside the building where speakers are shown.
    • Locate the equipment rack in rooms as shown on the drawings.
    • The loudspeaker system should be organized in zones where applicable, as shown on drawings.
    • System to have individual volume control for each zone at the equipment rack.
    • System to be capable of selecting each zone independently and the volume controlled separately so that one or more zones could be turned off or down while the sound system is used for an event in the other zone or zones.
    • There will be no expectation to use the sound system for all zones and simultaneous events.
    • The loudspeaker system should be sufficiently directional to minimize excitation of the reverberant field, and should be capable of good quality voice reproduction, with a low frequency response to a minimum of 80Hz, and extended high frequency response to at least 15 kHz at the listening positions.
    • The speaker system shall make use of the optimum quantity of devices to achieve the required coverage.
    • Quantity and power of the amplifiers to be sufficient to guarantee intelligible speech at all locations under peak ambient noise.
    
    • The contractor shall install, test and commission the equipmentin accordance with the tender drawings.
    
    • Contractor is responsible for providing any necessary fire watch when any existing fire safety component is not available to operate in normal function mode due to modifications to the system underway.
    
    • The contractor will inspect the equipment on site and advice the owner and engineer of any deficiencies, concerns or missing equipment prior to the work commencing.
    
    Note:
    
    1. The installation will be undertaken in a live environment. Interruptions toelectrical service to the facility require a minimum of 72 hours’ notice. All interruptions will be agreed in advance with the owner.
    
    Work will be performed in accordance with the contract schedules within the scope of work.
    
    
    
    Optional Site Visit
    Interested bidders are encouraged to preview 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.  An optionalsite visit is scheduled on Monday, February 20, 2017 at 10:00 AM local time.  Attendees are requested to check in at the Commissionaires desk located inside the Administration Building at 25 Huron Street, 15 minutes prior to the start of the site visit. Your contact for the day is Mr. Randy Burgin, phone number (250) 508-8121.
    
    
    Delivery Date
    The work shall commence immediately upon official notification of acceptance of the tender by the Contracting Authority and is to be completed by May 15, 2017.
    
    Bidders are responsible for making their own travel arrangements.
    
    
    Enquiries 
    Philip Siopongco, A/Supply Specialist 
    Tel: (604) 351-6139
    Fax: (604) 775-6633
    Email: Philip.Siopongco@pwgsc.gc.ca
    
    
    Value of Project
    To assist with bonding and insurance requirements, the work is estimated to cost around $190,000.00 
    
    Firms intending to submit tenders on this project should obtain tender (solicitation) documents through Buyandsell.gc.ca/tenders.  Addenda, when issued will be available fromBuyandsell.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

    • Agreement on Internal Trade (AIT)

    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
    Siopongco, Philip PWY
    Phone
    (604) 351-6139 ( )
    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
    003
    English
    7
    002
    English
    6
    002
    French
    0
    003
    French
    0
    001
    English
    12
    001
    French
    1
    English
    11
    English
    9
    English
    20
    000
    English
    22
    000
    French
    6

    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

    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: