GRASS MAINTENANCE - DND - VANCOUVER ISLAND, B.C. CANADA

Solicitation number W6837-156033/A

Publication date

Closing date and time 2015/12/17 17:00 EST

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: 
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    
    SUMMARY:
    This requirement is for periodic grass cutting and trimming services at various sites within British Columbia for the Department of National Defence, CFB Esquimalt, Vancouver Island, BC Canada.   Additional grass cuts, trims and other miscellaneous grass maintenance services that may 
    be required on an “as and when requested” basis are included on a Task-Authorized basis.
    
    PERIOD OF THE CONTRACT:
    The period of the contract is for three (3) years from March 1, 2016 to 28-Feb-2019 with the irrevocable option to extend the term of the contract by two (2) additional year period under the same conditions (Option Year 1: From 01-Mar-2019 to 28-Feb-2020; Option Year 2: From 01-Mar-2020 to 28-Feb-2021).
    
    ESTIMATED COST:
    The requirement is divided in five (5) geographical servicing zones. Estimated expenses per year and per servicing zone (including Applicable Taxes) are:
    
    Zone 1:  Greater Victoria - Dockyard/Naden $125,000.00
    
    Zone 2:  Greater Victoria - Armouries/Workpoint/Permanent Married Quarters (PMQs) $95,000.00
    
    Zone 3:  Greater Victoria - Colwood/Albert Head/Rocky Point $175,000.00
    
    Zone 4:  Nanaimo/Canadian Forces Experimental Test Range (CFMETR) Nanoose Bay $110,000.00
    
    Zone 5:  Greater Victoria - Canadian Forces Ammunition Depot (CFAD) Rocky Point Zone-X $130,000.00
    
    The firm portion of work based on the service schedule detailed in the Statement of Work for each servicing zone represents approximately 85% ofthe above noted estimated yearly expenses.  The other 15%represents the estimated amount of miscellaneous work that may be required onan “as and when requested” basis under Task Authorization.
    
    BIDDER SELECTION:
    Interested services providers may submit a bid on one, two, three, four, or all five zones. A bid must comply with all requirements of the solicitation and all mandatorytechnical and financial evaluation criteria to be declared responsive.  Bids will be evaluated separately for each zone.  The response bid with the lowest aggregate evaluated totalprice for each zone will be recommended for award of a Contract.  Canada intends to issue only one (1) contract award by service area.  A contract may combine several servicing zones in the eventthe same bidder is recommended for award of contracts for multiple servicing zones.
    
    MANDATORY BIDDER’S CONFERENCE AND SITE VISITS:
    It is mandatory that the Bidder or a representative of the Bidder attend both the mandatory bidder’s conferences and site visits for the applicable zones for which the Bidder willbe submitting a bid.  The scope of the requirement outlined in the bid solicitation will be reviewed during the conference and questions will be answered.  Bidders will be required to sign an attendance sheet. Bidders should confirm in their bid that they have attended the mandatory bidder’s conferences and site 
    visits. Bidders who do not attend the mandatory bidder’s conferences and site visits or do not send a representative will not be given an alternative appointment and their bid will be declared non-responsive.  Any clarifications or changes to the bid solicitation resulting from the bidders' conferences and the site visits will be included as an amendment to the bid solicitation.
    
    Arrangements have been made for the mandatory bidder’s conference and site visits as follows:
    
    FOR ZONES 1, 2, 3, and 5 (Greater Victoria):
    
    Bidder’s conference:
    Date:  November 17, 2015
    Time:  2:00 p.m. Pacific Standard Time (PST)
    Location:  Victoria B.C. (address confirmed by the Contracting 
    Authority upon Bidder registration)
    
    Site visits:
    Date:  November18, 2015
    Time:  8:15 a.m. PST
    Location:  Victoria B.C. (address confirmed by the Contracting 
    Authority upon Bidder registration)
    
    FOR ZONE 4 (NANAIMO/CFMTR NANOOSE BAY):
    
    Bidder’s conference & Site visits:
    Date:  November 19, 2015
    Time:  11:00a.m. PST
    Location:  Nanoose Bay B.C. (address will be confirmed by the Contracting Authority upon Bidder registration)
    
    
    REGISTRATION IS MANDATORY - DEADLINE:
    Bidders must communicate with thePWGSC Contracting Authority in writing by no later than November 12, 2015 at 3:00 p.m PST to confirm attendance and provide the name(s) of the person(s) who will attend the bidder’s conferences and site visits. Failure to confirm attendance by the specified date and time will result in a bidder not being granted access to the bidder’s conference and site visit proceedings. Registration is limited to one (1) representative per Bidder and per event due to space limitation. Late registrations will not be accepted.
    
    SECURITY REQUIREMENTS:
    There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. For more information on personnel and organization security screening or security c
    lauses, bidders should refer to the Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.
    
    TRADE AGREEMENTS:
    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), and the Agreement on Internal Trade (AIT).
    
    FEDERAL CONTRACTORS PROGRAM(FCP)
    The Federal Contractors Program (FCP) for employment equity applies to this procurement; see Part 5 - Certifications, Part 7 - Resulting Contract Clauses and the annex titled "Federal titled Federal Contractors Program for Employment Equity - Certification.”
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)
    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
    Kobenter, Hélène
    Phone
    (250) 363-3404 ( )
    Fax
    (250) 363-3344
    Address
    401 - 1230 Government Street
    Victoria, B. C., V8W 3X4

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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
    002
    English
    20
    002
    French
    2
    001
    English
    23
    001
    French
    5
    000
    English
    50
    000
    French
    10

    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
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.