Important Notice: Procurement Posting Guidelines During Federal Elections

During a federal government election, it is the buyer’s responsibility to obtain proper approval prior to posting procurement activities on CanadaBuys. For more information on obtaining approval prior to posting on CanadaBuys, buyers should contact their supervisor. For technical questions regarding publications or urgent requirements regarding postings, contact the Service Desk.

HMCS VANCOUVER - DECK PAINTING

Solicitation number W3555-157730/A

Publication date

Closing date and time 2014/08/05 17:00 EDT


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: None
    Non-Competitive Procurement Strategy: Government Objectives
    Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Clark & Pattison (BC) Ltd.
    6-929 Ellery Street
    Victoria British Columbia
    Canada
    V9A4R9
    Nature of Requirements: 
    HMCS VANCOUVER - DECK PAINTING
    
    W3555-157730/A
    Anstey, Gregory
    Telephone No. - (250) 363-0088 (    )
    Fax No. - (250) 363-3960
    
    1.	Advance Contract Award Notice (ACAN)
    An ACAN is a public notice indicating to the supplier community
    that a department or agency intends to award a contract for
    goods, services or construction to a pre-identified supplier,
    thereby allowing other suppliers to signal their interest in
    bidding, by submitting a statement of capabilities. If no
    supplier submits a statement of capabilities that meets the
    requirements set out in the ACAN, on or before the closing date
    stated in the ACAN, the contracting officer may then proceed
    with the award to the pre-identified supplier.
    
    2.	Definition of the requirement
    The Department of National Defense (DND) has a requirement for:
    (a)	Interior and/or exterior sandblasting, preparation and
    re-coating of decks, bulkheads and deckheads on board the HMCS
    Vancouver and/or other DND ships while the ship(s) is alongside
    a jetty at HMC Dockyard, Esquimalt.
    (b)	Work may include removals and replacement of interference
    items and minor repair or maintenance, preparation and recoating
    of items incidental to the work described at sub-paragraph 2(a).
    
    3.	Criteria for assessment of the Statement of Capabilities
    (Minimum Essential Requirements)
    Any interested supplier must demonstrate by way of a statement
    of capabilities that it meets the following requirements:
    
    (1)	Experience in contracting in a marine environment for
    sandblasting, preparation to bare metal and re-coating of steel
    and aluminium structures.  Supplier must demonstrate their
    experience in the successful preparation and application of
    modern coating systems such as:
    
    (a)	Preparation of ship structures to SSPC standards, in
    particular:
    	SSPC-SP-11 Power Tool Cleaning to Bare Metal
    	SSPC-SP-10 Near White Metal Blast Cleaning
    
    (b)	Application of coating systems such as:
    	Two Component, Epoxy Rust Penetrating Primer/Sealer (Interbond
    600 or equal)
    	Epoxy Non-Skid Deck Coating System (Intershield 300 or equal)
    
    	In support of their experience, suppliers must include not less
    than two (2) client references.
    
    (2)	Capabilities to perform the work must be demonstrated by
    providing a list of assets (equipment and personnel) available
    to manage and perform the work.
    
    (3)	ISO 9001:2008 - Quality Management Systems
    	In the performance of the Work described herein, the Contractor
    must comply with the requirements of:	
    
    	   ISO 9001:2008 - Quality management systems - Requirements,
    published by the International Organization for Standardization
    (ISO), current edition at date of submission of Contractor's bid
    with the exclusion of the following requirement:
    
    		7.3   Design and development
    
    	It is not the intent of this clause to require that the
    Contractor be registered to the applicable standard; however,
    the Contractor s quality management system must address each
    requirement contained in the standard.
    
    4.	Applicability of the trade agreement(s) to the procurement
    The sourcing strategy related to this procurement will be
    limited to suppliers in the area of Origin of the vessel, in
    accordance with the PWGSC Supply Manual Article 3.170.10(b). 
    This procurement is subject to AIT and is exempt from NAFTA [see
    Chapter 10, Annex 1001.2b, paragraph 1 (a)] and from the WTO-AGP
    (see Annex 4).
    
    5.	Security Requirement
    There is a security requirement associated with this Contract.		
    
    (a)	Access to Port Facilities and Government vessels is
    controlled.  The Contractor must comply with applicable
    requirements.  A system of positive identification, sign-in and
    out, and wearing of identification badges while within Port
    facilities or on board Government vessels is required.	
    
    (b)	The Contracting authority and the Technical Authority
    reserve the right to direct that the Contractor's personnel
    possess a valid security clearance, at an appropriate level.
    
    6.	Justification for the Pre-Identified Supplier
    This ACAN is justified from the Agreement on Internal Trade
    (AIT) Article 506, Procedures for Procurement, paragraph 12(a)
    on the basis of "absence of competition".
    
    7.	Period of the proposed contract or delivery date
    Planned projects and work periods applicable to these
    requirements are:
    
    		HMCS Vancouver:  25 August 2014 to 8 November 2014;
    
    However, the actual work projects and periods may be varied to
    suit operational or other demands.  All work applicable to these
    requirements will be scheduled for completion not later than 31
    March 2015.
    
    8.	Cost estimate of the proposed contract
    The estimated value of the contract(s), including options, is in
    the range $150,000 to $500,000 (GST extra).
    
    9.	Name of the pre-identified supplier
    Clark and Pattison (BC) Ltd.
    Victoria BC
    
    10.	Suppliers' right to submit a statement of capabilities
    Suppliers who consider themselves fully qualified and available
    to provide the goods, services or construction services
    described in the ACAN may submit a statement of capabilities in
    writing to the contact person identified in this notice on or
    before the closing date of this notice. The statement of
    capabilities must clearly demonstrate how the supplier meets the
    advertised requirements.
    
    11.	Closing date for a submission of a statement of capabilities
    The closing date and time for accepting statements of
    capabilities is:
    5 August 2014 at 2:00 pm PDT
    
    12.	Inquiries and submission of statements of capabilities
    Inquiries and statements of capability are to be directed to:
    Mr. Gregory D. Anstey
    Supply team Leader
    Public Works and Government Services Canada
    Pacific Region, Acquisitions, Marine
    401 - 1233 Government Street
    Victoria, BC, V8W 3X4
    Telephone:	250-363-0088 		Facsimile:	250-363-3960
    E-mail address: 	gregory.anstey@pwgsc-tpsgc.gc.ca
    
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate
    with one firm only as identified above. Should you have any
    questions concerning this requirement, contact the contracting
    officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and
    agencies to post a notice, for no less than fifteen (15)
    calendar days, indicating to the supplier community that it
    intends to award a good, service or construction contract to a
    pre-identified contractor. If no other supplier submits, on or
    before the closing date, a Statement of Capabilities that meets
    the requirements set out in the ACAN, the contracting authority
    may then proceed with the award.  However, should a Statement of
    Capabilities be found to meet the requirements set out in the
    ACAN, then the contracting authority will proceed to a full
    tendering process.
    
    Suppliers who consider themselves fully qualified and available
    to provide the services/goods described herein, may submit a
    statement of capabilities in writing to the contact person
    identified in this Notice on or before the closing date of this
    Notice. The statement of capabilities must clearly demonstrate
    how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the
    closing date of the ACAN must appear on the outside of the
    envelope in block letters or, in the case of a facsimile
    transmission, on the covering page.
    
    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

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    Anstey, Gregory
    Phone
    (250) 363-0088 ( )
    Fax
    (250) 363-3960
    Address
    401 - 1230 Government Street
    Victoria, B. C., V8W 2Z4

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    Procurement method
    Non-Competitive
    Selection criteria
    Consulting Services Regarding Matters of a Confidential Nature

    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: