POLLUTANT REMOVAL - ZALINSKI

Solicitation number F1802-140002/A

Publication date

Closing date and time 2015/01/08 17:00 EST


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    POLLUTANT REMOVAL - ZALINSKI
    
    TITLE:  Removal and Disposal of Oils from the USAT Brig. Gen. M.
    G. Zalinski
    
    SUMMARY
    
    1.	Statement of Work:
    a.	The Canadian Coast Guard (CCG) is seeking a contractor to
    eliminate the threat of pollution from the United States Army
    Transport (USAT) vessel Brigadier General M.G. Zalinski, sunken
    approximately, 2.5 kilometres southwest of James Point on Lowe
    Inlet in Grenville Channel, British Columbia, Canada, at a depth
    of approximately 27 - 30 metres.
    
    	The Contractor must provide divers, pumping capability,
    suitable vessels and their own support facilities to maintain an
    independent operation, continuously for a period of about 2 to 3
    weeks. The pumping operation will be conducted by accessing
    shut-off valves installed under a previous contract.
    
    	The Work must be conducted in accordance with the associated
    Technical Specifications detailed in the Statement of Work,
    attached at Annex A. For specifications, drawings, test sheets,
    annexes and appendices, bidders must contact the Contracting
    Authority identified in Article 7-5.1.
    
    b.	The Contractor must carry out any approved unscheduled work
    not covered in paragraph a. above.
    	
    2.	Term of Contract
    	Work must commence and be completed within the following period:
    	Commence:  19 January 2015;
    	Complete:  	27 February 2015.
    
    	By submitting a bid, the Bidder certifies that they have
    sufficient material and human resources allocated or available
    and that the above work period is adequate to both complete the
    known work and absorb a reasonable amount of unscheduled work.
    
    3.	Bidder Capabilities
    	Bidders will be required to supply with their bid:
    a.	Details of Bidder capabilities, how they will comply with
    mandatory requirements and how they will deliver any other
    requested goods and services.
    b.	List of specialized sub-contractors to be engaged in the
    performance of the work.
    
    4.	Security Requirement
    	There is no security requirement applicable to this Contract.
    
    5.	Integrity Provisions - Bid
    As per the Integrity Provisions under section 01 of Standard
    Instructions 2003, bidders must provide a list of all owners
    and/or Directors and other associated information as required.
    Refer to section 4.21 of the Supply Manual for additional
    information on the Integrity Provisions.
    
    6.	Sourcing Strategy 										
    This procurement is subject to AIT and is exempt from: NAFTA
    [see Chapter 10, Annex 1001.2b, paragraph 1 (a)], the WTO-AGP
    (see Annex 4), Canada-Chile Free Trade Agreement- Annex
    III-Schedule of Canada-Exceptions to Most-Favored-Nation
    Treatment (Chapter G) second paragraph, line c) and the
    Canada-Peru Free Trade Agreement- Annex 1401.1-6-General Notes-
    Schedule of Canada-line a)  
    
    6.1	Canadian Content Policy				
    	The requirement is subject to a preference for Canadian goods
    and/or services.
    
    7.	Federal Contractors Program (FCP) for Employment Equity
    	There is a Federal Contractors Program (FCP) for employment
    equity requirement associated with this procurement; see Part 5
    - Certifications and Part 7 - Resulting Contract Clauses.
    
    8.	Optional Goods and/or Services
    	The Bidder must grant to Canada the irrevocable option to
    require one (1) additional:
    
    	"Removal and Disposal of Oils from the USAT Brig. Gen. M. G.
    Zalinski"
    
    as described at Annex A of the Contract under the same
    conditions and at the prices quoted by the Bidder.  The option
    may only be exercised by the Contracting Authority and will be
    evidenced, for administrative purposes only, through a contract
    amendment.
    
    The Contracting Authority may exercise the option at any time
    before 31 March 2016 by sending a written notice to the
    Contractor.
    
    9.	Submission of Bids
    	Bids must be submitted only to Public Works and Government
    Services Canada (PWGSC) Bid Receiving Unit by the date, time and
    place indicated on page 1 of the bid solicitation. 
    
    10.	Enquiries - Bid Solicitation
    	All enquiries must be submitted in writing to the Contracting
    Authority no later than three (3) working days before the bid
    closing date.  Enquiries received after that time may not be
    answered.
    
    	Bidders should reference as accurately as possible the numbered
    item of the bid solicitation to which the enquiry relates. Care
    should be taken by bidders to explain each question in
    sufficient detail in order to enable Canada to provide an
    accurate answer. Technical enquiries that are of a proprietary
    nature must be clearly marked "proprietary" at each relevant
    item. Items identified as "proprietary" will be treated as such
    except where Canada determines that the enquiry is not of a
    proprietary nature. Canada may edit the question(s) or may
    request that the Bidder do so, so that the proprietary nature of
    the question(s) is eliminated and the enquiry can be answered to
    all bidders. Enquiries not submitted in a form that can be
    distributed to all bidders may not be answered by Canada.
    
    11.	Improvement of Requirement During Solicitation Period 
    	Should bidders consider that the specifications or Statement of
    Work contained in the bid solicitation could be improved
    technically or technologically, bidders are invited to make
    suggestions, in writing, to the Contracting Authority named in
    the bid solicitation. Bidders must clearly outline the suggested
    improvement as well as the reason for the suggestion.
    Suggestions that do not restrict the level of competition nor
    favour a particular bidder will be given consideration provided
    they are submitted to the Contracting Authority at least five
    (5) days before the bid closing date. Canada will have the right
    to accept or reject any or all suggestions.
    
    12.	Bidders' Conference
    	A bidders' conference will be held at 1230 Government Street,
    Victoria, BC, on 16 December 2014. The conference will begin at
    10:00 am in room 401. The scope of the requirement outlined in
    the bid solicitation will be reviewed during the conference and
    questions will be answered. It is recommended that bidders who
    intend to submit a bid attend or send a representative.
    
    	Bidders are requested to communicate with the Contracting
    Authority before the conference to confirm attendance.  Bidders
    should provide, in writing, to the Contracting Authority, the
    names of the person(s) who will be attending and a list of
    issues they wish to table at least two (2) working days before
    the scheduled conference. 
    
    	Any clarifications or changes to the bid solicitation resulting
    from the bidders' conference will be included as an amendment to
    the bid solicitation.  Bidders who do not attend will not be
    precluded from submitting a bid.
    
    13.	Optional Site Visit - Vessel 
    	Diving on the wreck is not permitted without advance permission
    from the Contracting Authority.  Bidders or representatives of
    the Bidder may visit the work site at their own expense in order
    to assess average diving conditions, however, the bidder must
    make a request in writing to the Contracting Authority at least
    one (1) week in advance of their proposed visit.
    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

    • Agreement on Internal Trade (AIT)
    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
    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
    000
    English
    54
    000
    French
    11

    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
    Selection criteria
    Lowest Price