Maintenance on CanadaBuys

The CanadaBuys website and SAP Fieldglass will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.  

  • CanadaBuys on Friday, October 11 from 8:00 pm until Saturday, October 12 10:00 am (EDT) 

  • SAP Fieldglass on Friday, October 11 from 8:00 pm until Saturday, October 12 10:00 am (EDT) 

RFI -Alaska Highway 2020-21

Solicitation number EZ011-202982/A

Publication date

Closing date and time 2020/03/16 18:00 EDT


    Description
    Trade Agreement: NONE
    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: 
    
    REQUEST FOR INFORMATION (RFI)
    
    Alaska Highway Program of Work 2020/2021 - Indigenous Benefits Plans
    
    
    BACKGROUND 
    
    Infrastructure Assets Management, Public Services and Procurement Canada (IAM), is the national office with the purpose of coordinating and delivering the strategy, stewardship and/or divestiture of a portfolio of engineering assets under PSPC - IAM ownership, situated across the country.
    
    The mandate of IAM is to develop long-term management strategies for its assets, informed by various asset studies. Asset studies, inspections and engineering reports are analyzed and used by IAM to formulate strategic options for the long-term management and/or divestiture.
    
    A portion of the Alaska Highway is an asset within the IAM portfolio.
    
    The Alaska Highway stretches 2,450 Kilometres through northern BC, the Yukon and the State of Alaska. Eighty percent (1,960 Km) of the Alaska Highway is in Canada. Mile "Zero" (or "Kilometer Zero") starts in Dawson Creek, BC, and terminates in Delta Junction, Alaska. The responsibility for the 835 Km section from Km 133, north of Fort St. John, BC, to Km 968 at the BC/Yukon border, rests with PSPC - IAM.
    
    DESCRIPTION OF POTENTIAL PROGRAM OF WORK 
    
    There are three (3) categories of spending on the PSPC - IAM portion of the Alaska Highway that may be addressed in the potential program of work.  Annual spending for 20/21 is expected to be between $25M and $35M.  Some of this work requires specialized equipment and expertise.  
    
    1. Capital Spending
    
    Project identification and priorities are based on annual inspection reports, engineering assessments, and safety monitoring.  The 2020/21 priorities for the capital program of work include slope and roadbed stabilization work, bridge repairs, and culvert rehabilitation and replacement.
    
    2. Federal Contaminated Sites Action Plan (FCSAP)
    
    Federal contaminated sites are located on land owned or leased by the federal government, or on land where the federal government has accepted responsibility for the contamination.  Contamination is most often a result of past activities with environmental consequences that were not well understood at the time.
    
    As part of the remediation work being done under FCSAP on the Alaska Highway, PSPC - IAM is considering up to two sites in 2020/21 which may be suitable for Indigenous Benefits Plans.  This remediation may include:  excavation, transport to an offsite disposal facility, and/or operation of an onsite bioremediation facility.
    
    3. Old Alignment Program of Work
    
    This program aims to remove abandoned structures and roadbeds and deactivate in such a way to reduce risks and hazards. PSPC - IAM is proposing two larger remediation contracts for 2020/21, both north of Fort Nelson (culvert removal, road bed deactivation and bio-engineering techniques), with the possibility of additional work south of Fort Nelson subject to funding availability.
    
    CONTEMPLATED PROCUREMENT STRATEGY
    
    The Government of Canada is committed to reconciliation and meaningful engagement with Indigenous Peoples. In 2019/20, as part of Canada’s commitment to reconciliation with First Nations, modernizing procurement practices and increasing bidder diversity that includes Indigenous Peoples, PSPC - IAM included requirements for Indigenous Benefits Plans in some of its contracts, six of which were associated with its operation of the Highway. 
    
    In 2020/21, PSPC - IAM is considering continuing these initiatives. PSPC - IAM invites feedback from the Indigenous and non-Indigenous business communities on the effectiveness of its activities in 2019/2020 including, but not limited to procurement strategies, engagement activities industry with local indigenous companies. This feedback may also allow for consideration of potential benefits, such as skills training, direct employment and economic development within the area.
    
    The procurement strategies are not yet finalized. The contemplated procurement strategies could be publicly tendered competitive Request for Proposals or Invitations to Tender that are open to any Indigenous and Non-Indigenous firms as well as Joint Ventures.
    
    A portion of evaluation strategies in these potential procurements will include either mandatory or point-rated criterion focused toward an Indigenous Benefits Plan (IBP) related to the eight First Nations communities in proximity to the Alaska Highway. Conversely, the evaluation strategy may include a combination of both types of criterion.
    
    PURPOSE OF THIS RFI
    
    The purpose of this RFI is to:
    
    *Gather information on the effectiveness of the Indigenous Benefits Plans implemented in 2019/20 from the perspective of both indigenous and non-indigenous business perspectives
    *Provide awareness of the planned projects in 2020/21 to the local Indigenous business community and industry 
    *Continue an industry and community engagement process    
    *Gather information and understanding of Indigenous Business and industrial capacity of local First Nations
    
    Respondents are requested to provide their comments, concerns, and, where applicable, alternative recommendations regarding how the requirements or objectives described in this RFI could be satisfied. Respondents should explain any assumptions they make in their responses.
    
    Canada is interested in determining the current and future capacity for the provision of construction material, equipment, labour and skills within the traditional territories of the Local First Nations.
    
    Please consider the following questions in your response to this RFI.
    
    1) For prime contractors who bid or considered bidding on these opportunities were the indigenous benefits plans as structured in the 2019/20 projects a consideration for your company in bidding or not bidding on the associated projects?  If so, could you explain why?
    
    2) For prime contractors who bid or considered bidding on these opportunities, are there considerations you would like to share on the structure of the Indigenous Benefits Plans used in 2019/20 and the impact on your bids?
    
    3) For both indigenous community members and industry one of the indigenous procurement measures implemented for the procurement in 2019/20 was to ensure that a minimum percentage of subcontracting consist of diverse suppliers, which in this case would be focused toward local First Nations. Was the percentage of subcontracting with diverse suppliers of 5 to 15% difficult to achieve?  
    
    A diverse supplier is currently defined as a business owned or led by Canadians from underrepresented groups, such, Indigenous Peoples.
    
    4) For prime contractors who bid or considered bidding on these opportunities do you anticipate the inclusion of the requirement for an Indigenous Benefits Plan (IBP) will have a future impact on your participation in procurement for Highway projects?  If positive or negative, could you explain why?
    
    5) For both indigenous community members and industry, are there any incentive strategies you think would be more effective in encouraging First Nations engagement resulting in more skills development, industrial capacity and economic benefit to local First Nations?
    
    6) Please identify any other issues, concerns, or recommendations not addressed above.
    
    A point of contact for the Respondent should be included in the package.
    
    All responses will be treated as confidential, subject to the provisions of the Access to Information Act (R.S. 1985, c. A-1) and the Privacy Act (R.S., 1985, c. P-21).
    
    
    Feedback and responses related to this RFI are requested no later than 16 March 2020 in order to allow for its review.
     
    
    Respondents may submit their responses to:
    
    Delia Martin
    Supply Specialist, Real Property Contracting
    Public Services and Procurement Canada
    219 - 800 Burrard Street
    Vancouver, B.C. V6Z 0B9
    E-mail address: delia.martin@pwgsc.gc.ca 
    Telephone: 778-707-2139
    Facsimile:  604-775-9381
    
    COMMUNITY AND INDUSTRY ENGAGEMENT SESSION
    
    In order to facilitate this information-gathering exercise, a Community and Industry Engagement event is scheduled.  This event will provide contractors and the local First Nations the opportunity to provide feedback and input directly to PSPC - IAM.
    
    Date:           Wednesday, February 26, 2020 
    Time:           2:00 pm to 4:00 pm MST
    Location:      4804 51st Ave West, Fort Nelson, BC
    
    Respondents can participate in person or via teleconference. Interested suppliers should register a maximum of two representatives by notifying the PSPC contact person identified above (Delia Martin) no later than 4:00 pm PDT February 25, 2020. Further details will be provided to respondents.  
    
    Attendees are responsible for their own transportation, accommodation, meals and parking. PSPC - IAM will not reimburse any attendee for expenses incurred in attending, participating and/or responding to any part of these industry engagement activities.
    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

    • No trade agreements are applicable to this solicitation process

    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
    Martin (PWY), Delia
    Phone
    (778) 707-2139 ( )
    Email
    delia.martin@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

    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
    000
    French
    12
    000
    English
    94

    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 Information
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Not applicable

    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: