Maintenance on CanadaBuys website

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

  • Friday, May 24, 7:00 pm until 11:00 pm (Eastern Time) 

  • Sunday, May 26, 7:45pm until 9:45 pm (Eastern Time) 

Install Communication Towers

Solicitation number F1705-210265/A

Publication date

Closing date and time 2021/08/10 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: 
    
    F1705-210265
    Sezginalp, Kipp (PWY)
    Telephone No. - (604) 367-5341
    Fax No. - (604) 775-6633
    Email: kipp.sezginalp@pwgsc.gc.ca
    
    Title:  Denny Island & Safety Mountain Communication Towers
    
    Location: 
    Denny Island and Safety Mountain, 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 contains the Drawings and Specifications Package (DSP) which consists of PDF files organized in an industry recognized directory structure.
    
    Work Description: 
    
    Work of this Contract comprises of the construction of reinforced concrete foundations, site grading, and a self-supported tower on two undeveloped remote CCG communication sites. Work on both sites includes, but is not limited to:
    
    Denny Island
    
    1. Mobilization  and  Demobilization  of  all  manpower,  equipment,  materials,  and other resources necessary to execute the Work.
    2. Design, supply, and installation of a new 39.40m self-supported tower with work platform and associated concrete foundations;
    3. Design, supply, and installation of antenna mounts;
    4. Design and supply of one (1) new waveguide bridge;
    5. Excavation and movement of earth;
    6. Design,  supply,  and  installation  of  concrete  foundations  for  one  (1)  new waveguide bridges;
    7. Supply  and  installation  of  a  grounding  system  for  the  new  tower,  waveguide bridge, building, solar panels, and fuel tank;
    8. Supply and installation of ten (10) concrete pier foundations for a CCG building; 
    9. Supply and installation of concrete foundations for a fuel tank;
    10. Supply and installation of concrete foundations for solar panels
    11. Supply and installation of concrete retaining walls for a helipad; and
    12. Supply  and  installation  of  granular  backfill  material  for  helipad  and  gravel walkway.
    
    Safety Mountain
    
    1. Mobilization  and  Demobilization  of  all  manpower,  equipment,  materials,  and other resources necessary to execute the Work.
    2. Design, supply, and installation of a new 39.40m self-supported tower with work platform and associated concrete foundations;
    3. Design, supply, and installation of antenna mounts;
    4. Design and supply of one (1) new waveguide bridge;
    5. Excavation, blasting of mass rock, and movement of earth;
    6. Design,  supply,  and  installation  of  concrete  foundations  for  one  (1)  new waveguide bridges;
    7. Design,  supply,  and  installation  of  a  grounding  system  for  the  new  tower, waveguide bridge, building, solar panels, and fuel tank;
    8. Supply and installation of ten (10) concrete pier foundations for a CCG building; 
    9. Supply and installation of concrete foundations for a fuel tank;
    10.  Supply and installation of concrete foundations for solar panels
    11. Supply and installation of concrete retaining walls for a helipad; and
    12. Supply and installation of granular backfill material for helipad
    
    MANDATORY BIDDERS CONFERENCE:
    
    There will be no site visit however, as part of the tender process, a MANDATORY Bidder’s Conference through Microsoft Teams is scheduled for Friday, July 23 2021 at 10:00 am PST.  All bidders must attend this online meeting. 
    
    The details for logging in to this Microsoft Teams meeting will be made available to all bidders who express an interest in attending by contacting the Contracting Authority before 4:00 pm PST on July 22, 2021.
    
    If you wish to attend, please email Kipp Sezginalp at kipp.sezginalp@pwgsc.gc.ca.
    
    Delivery Date: 
    The Contractor must perform and complete the Work by May 31, 2022.
    
    Value of Project: 
    To assist with insurance requirements, this project is estimated to cost between $1,000,001 to $5,000,000.
    
    Enquiries:  
    Kipp Sezginalp, Supply Officer 
    Tel: (604) 367-5341
    Fax: (604) 775-6633
    Email: kipp.sezginalp@pwgsc.gc.ca
    
    
    Additional Information:
    
    ***IMPORTANT NOTICE***
    Due to the impacts of the COVID-19 pandemic and to encourage physical distancing, the bid receiving unit in Vancouver will remain open but with limited staff and limited hours: Monday to Friday, from 10:30 am to 2:30 pm (Pacific Daylight Time).
    
    Public tender openings will be suspended until further notice. Following solicitation closing, bid results will be recorded and may be obtained by e-mailing a request to the address indicated in the Invitation to Tender. Please monitor Buyandsell.gc.ca closely as changes to bid closing dates may be necessary. 
    Please note that GI08 (Bid Security Requirements) and GI09 (Submission of Bid) of R2710T have been modified to include submission of bids electronically. Should you be interested in submitting your bid electronically, the following will apply:
    SI05 Submission of Bid - Electronic Bid Submission by epost Connect service
    Bids emailed directly will be rejected and deemed non-compliant. Please consult SI05 Submission of bid in the invitation to tender document for full details.
    SI04 Bid Security Requirements. A scanned copy of a bond does not constitute a digital bond. Submitting copies (non-original, non-verifiable or scanned copy) of signed and sealed bid bond are not acceptable. Non-compliant bids will be given no further consideration. Please consult SI04 Bid Security Requirements in the invitation to tender document for full details.
    Firms intending to submit tenders on this project should obtain tender (solicitation) documents through Buyandsell.gc.ca/tenders. Amendments, 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. In all cases, bidders must indicate (when requested) in the space provided on the tender form the identification number(s) of the amendment, if any, that they have taken into consideration for their bid.
    
    This procurement office provides procurement services to the public in English.
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.
    
    
    
    
    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
    Sezginalp (PWY), Kipp
    Phone
    (604) 367-5341 ( )
    Email
    kipp.sezginalp@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
    003
    English
    19
    English
    10
    003
    French
    1
    002
    English
    19
    002
    French
    4
    001
    English
    19
    001
    French
    4
    English
    32
    English
    24
    English
    32
    000
    English
    55
    English
    42
    000
    French
    9

    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
    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: