Storage Tank Compliance & ER Planni

Solicitation number EZ113-200769/A

Publication date

Closing date and time 2021/01/18 17:00 EST

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: Yes
    Nature of Requirements: 
    
    Storage Tank Compliance & ER Planni
    
    EZ113-200769/A
    Leboeuf, Thomas
    Telephone No. - (604) 671-2613 (    )
    Email:  Thomas.leboeuf@tpsgc-pwgsc.gc.ca
    
    REQUIREMENT:
    Public Works and Government Services Canada (PWGSC), on behalf of the Environmental Services Contaminated Sites (ESCS) Directorate of PWGSC, has a requirement to establish up to two competitive Contracts with Task Authorizations to provide Storage Tank Compliance and Emergency Response Planning Services. Services are to be performed in British Columbia and the Yukon on federal sites or adjacent offsite properties using federal, provincial and/or territorial standards. Compliance projects may be conducted at a variety of sites including but not limited to federally owned office buildings, warehouses, storage facilities, laboratories, fish hatcheries, residences, harbors, and remote field sites. The services required of the qualified Contractors will include assessing the state of compliance of storage tank systems. These systems include petroleum and allied petroleum product underground and above ground storage tank systems and related system components (including oil water separator, piping, product transfer areas, etc.), as well as propane, natural gas and other material storage systems, and addressing noncompliance as they relate to relevant legislation, guidelines and criteria. 
    
    In addition to the compliance of fuel storage systems, Contractors may be required to provide assistance in the development and implementation of emergency response plans, either on a system by system basis or at the site level. This assistance may include training on the plan and emergency response activities.
    
    Canada intends to issue two Task Authorization Contracts for a total of $2,000,000.00 (GST excluded). The period of the Task Authorization Contracts will be three years from Contract award.
    
    There are security requirements associated with this requirement: 
    
    1.  The Contractor must, at all times during the performance of the Contract, hold a valid Designated Organization Screening (DOS) with approved Document Safeguarding at the level of PROTECTED A, issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC).
    2.  The Contractor personnel requiring access to PROTECTED information, assets or site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the CSP, PWGSC.
    
    3.  The Contractor MUST NOT utilize its Information Technology systems to electronically process, produce or store PROTECTED information until the CSP, PWGSC has issued written approval.  After approval has been granted or approved, these tasks may be performed at the level of PROTECTED A (including an IT Link at the level of PROTECTED A).
    
    4.  Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of the CSP, PWGSC.
    
    5.  The Contractor/Offeror must comply with the provisions of the:
    
    a) Security Requirements Check List and security guide (if applicable), attached at Annex “C”;
    
    b)  Industrial Security Manual (Latest Edition).
    
    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the Canada-European Union Comprehensive Economic Trade Agreement (CETA), the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), the Canadian Free Trade Agreement (CFTA), and the Free Trade Agreements with Canada-Chile, Canada-Columbia, Canada-Honduras, Canada-Korea, Canada-Panama, Canada-Peru and Canada-Ukraine.
    
    The Comprehensive Land Claims Agreements of up to twelve Yukon First Nations and Maa-nulth Final Agreement may apply to this procurement, depending on where the services will be provided.
    
    
    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.

    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
    Leboeuf, Thomas
    Phone
    (604) 671-2613 ( )
    Email
    Thomas.Leboeuf@pwgsc-tpsgc.gc.ca
    Fax
    () -
    Address
    219 - 800 Burrard Street
    800, rue Burrard, pièce 219
    Vancouver, BC, 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.
    Caption
    Document title Amendment no. Language Unique downloads Date added
    003 EN 28 2021/01/14
    003 FR 0 2021/01/14
    002 EN 18 2020/12/22
    002 FR 0 2020/12/22
    001 EN 25 2020/12/17
    001 FR 2 2020/12/17
    000 EN 70 2020/12/04
    000 FR 10 2020/12/04
    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    ,
    Yukon
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.