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)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Anstey, Gregory
- Phone
- (250) 363-0088 ( )
- Fax
- (250) 363-3960
- Address
-
401 - 1230 Government StreetVictoria, B. C., V8W 2Z4
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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.