CCGS Eckaloo -Vessel Life Extension

Solicitation number F7049-150120/A

Publication date

Closing date and time 2015/09/16 17:00 EDT


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: All interested suppliers may submit a bid
    Non-Competitive Procurement Strategy: Government Objectives
    Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Northern Transportation Company Limited
    1209, 10104-103 Ave
    Edmonton Alberta
    Canada
    T5J0H8
    Nature of Requirements: 
    CCGS Eckaloo -Vessel Life Extension
    
    F7049-150120/A
    Anstey, Gregory
    Telephone No. - (250) 363-0088
    Fax No. - (250) 363-3960
    
    gregory.anstey@pwgsc-tpsgc.gc.ca
    
    Definition of the Requirement
    
    Fisheries and Oceans Canada/Canadian Coast Guard has a
    requirement for a Ship Repair Contractor to carry out the Vessel
    Life Extension (VLE) on the Canadian Coast Guard vessel, CCGS
    Eckaloo.  The work will involve completing an extensive list of
    repairs and modifications/upgrades as contained in the Statement
    of Work that has been prepared for the Project. (The Table of
    Contents from that work is posted below.)
    
    Vessel Information
    
    Name:			CCGS Eckaloo
    Type:			Type 700 Special Nav Aids Tender
    Class:			Class 1 Minor Waters
    Year Built:		1988
    
    Principle Dimensions
    Length:		49.0m
    Breadth, molded:	13.4m
    Loaded Draft:		2.3m
    Tonnage:		212.00
    
    Propulsion:		Twin 3512-B Caterpillar Engines, 7261
    Reduction/Reversible Gear Box, Twin Shaft, Fixed Propeller
    
    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 - Facilities and Equipment - Must have a facility capable of
    docking, undocking and placing the vessel undercover for the
    entire duration of the work period in a location near the
    vessel's Home Port in Hay River, NWT.
    
    2 - Manpower - Must be capable of providing enough skilled and
    certified tradesmen to carry-out the work in accordance with the
    requirements detailed in the Statement of Work and be able to
    complete all the work in the period 20 October 2015 to 01 June
    2016.
    
    3 - Project Management Experience - Must be able to demonstrate
    Project Management Experience in the area of Ship Refits and
    Repairs by providing details of significant recent ship repair
    projects including references that can verify the provided
    information.
    
    4 - Quality Management - In the performance of the Work
    described in the Contract, 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 the 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.
    
    5 - Insurance - The Contractor must obtain Ship Repairer's
    Liability Insurance and maintain it in force throughout the
    duration of the Contract, in an amount usual for a contract of
    this nature, but for not less than $10,000,000 per accident or
    occurrence.  The Contractor must obtain Commercial General
    Liability Insurance, and maintain it in force throughout the
    duration of the Contract, in an amount usual for a contract of
    this nature, but for not less than $10,000,000 per accident or
    occurrence.
    
    6 - Contract Financial Security - The Contractor must be able to
    provide one of the following contract financial securities
    within five (5) calendar days after the date of contract award:
    
    EITHER
    
    a)  	A performance bond (form PWGSC-TPSGC 505) and a labour and
    material payment bond (form PWGSC-TPSGC 506), each in the amount
    of 50% percent of the contract price.  Any bond must be accepted
    as security by one of the bonding companies listed in Treasury
    Board Contracting Policy, Appendix L, Acceptable Bonding
    Companies.
    
    OR
    
    b)  	A security deposit (as defined in Paragraph 4 below) to the
    value of 10 percent of the contract price.
    
    7 - Environmental Protection - The Contractor and its
    sub-contractors engaged in the Work on a Canadian Government
    vessel must carry-out the Work in compliance with applicable
    municipal, provincial, and federal environmental laws,
    regulations, and industry standards.
    
    The Contractor must have detailed procedures and processes for
    identifying, removing, tracking, storing, transporting and
    disposing of all potential pollutants and hazardous material
    encountered, to ensure compliance as required above.
    
    All waste disposal certificates are to be provided to the
    Inspection Authority or designate, with information copies sent
    to the Contracting Authority. Furthermore, additional evidence
    of compliance with municipal, provincial and federal
    environmental laws and regulations is to be furnished by the
    Contractor to the Contracting Authority when so requested.
    
    The Contractor must have plans and procedures in place for oil
    spill and other environmental emergency responses.  Contractor
    and subcontractor employees must have received the appropriate
    training in emergency preparedness and response.  Contractor
    personnel engaging in activities which may cause environmental
    impacts or potential non compliance situations must be competent
    to do so on the basis of appropriate education, training and
    experience.
    
    Applicability of the trade agreement(s) to the procurement
    
    This procurement is subject to the Agreement on Internal Trade
    (AIT) and exempt from NAFTA [see Chapter 10, Annex 1001.2b,
    paragraph 1 (a)] and from the WTO-AGP (see Annex 4).
    
    Justification for the pre-identified supplier
    
    The shipyard, operated by Northern Transportation Company
    Limited (NTCL) in Hay River, is currently the only known
    facility in the area capable of docking the CCGS Dumit and
    moving the vessel into an enclosed structure for the duration of
    the work period.
    
    PWGSC policy allows for the work to be directed to one shipyard
    if certain conditions exist.  In this case, special operational
    considerations of the client limit movement of the vessel beyond
    a specified location.
    
    This vessel's primary operational role is the installation and
    removal of navigational buoys in the Mackenzie River system in
    the NWT.  The vessel is based at the Coast Guard base in Hay
    River.  At the close of the navigational season the vessel works
    its way down the river picking up the buoys to avoid them being
    damaged by ice and ends its trip in Hay River.  The vessel
    cannot navigate in ice conditions in the river as it is not ice
    strengthened (i.e. it is not an icebreaker).  Given the vessel's
    operational requirements, it cannot be moved to another location
    for work to be carried out.
    
    Government contracts regulations exception(s)
    
    The following exception(s) to the Government Contracts
    Regulations is (are) invoked for this procurement under
    subsection 6(d) - "only one person is capable of performing the
    work").
    
    Exclusions and/or limited tendering reasons
    
    The following limited tendering reasons are invoked under the
    section of the trade agreement specified:
    
    i)	Agreement on Internal Trade (AIT) - Article 12 b.
    
    ii)	Where there is an absence of competition for technical
    reasons and the goods or services can be supplied only by a
    particular supplier and no alternative or substitute exists. 
    
    Period of the proposed contract or delivery date
    
    Work must commence on 20 October 2015 and be fully complete by
    01 June 2016.
    
    Name and address of the pre-identified supplier
    
    	Northern Transportation Company Limited
    	Suite 1209, 10104 - 103 Avenue
    	Edmonton AB  T5J 0H8
    
    Closing date for a submission of a statement of capabilities
    
    The closing date and time for accepting statements of
    capabilities is 16 September 2015, 2:00 pm PDT.
    
    Inquiries and submission of statements of capabilities are to be
    directed to:
    
    	Gregory D. Anstey
    	Supply Team Leader
    	CCG, Western Region, VLE/MLM Project
    	Pacific Region
    	Public Works and Government Services Canada
    	401-1230 Government Street, Victoria, BC, V8W 3X4
    	Gregory.anstey@pwgsc-tpsgc.gc.ca 
    	Telephone : 250-363-0088
    	Facsimile : 250-363-3960
    
    TABLE OF CONTENTS OF THE STATEMENT OF WORK
    GENERAL SECTIONS
    G 1.0		General Notes
    G 2.0		General Technical Reference
    G 3.0		Paint Specifications
    G 4.0		Eckaloo Hull Condition Survey - Lloyds
    G 5.0		CCGS Eckaloo - Procedures for Asbestos Containing Systems
    G 6.0		CCGS Eckaloo - Procedures for Lead Containing Systems
    
    SERVICE SECTIONS
    S 1.0		Services
    
    HULL AND DOCKING SECTIONS
    HD 1.0		Docking
    HD 1.0A	Appendix A to HD 1.0 - Docking Certificates
    HD 2.0		Hull Repairs and Load Line
    HD 3.0		Propeller Survey
    HD 4.0		Stern Tube & Shaft Surveys
    HD 5.0		Sea Chest Surveys
    HD 6.0		Ship's Side Valve Replacements and Surveys
    HD 7.0		Anode Replacements
    HD 8.0		Underwater Hull Coatings
    HD 9.0		Above Waterline Hull Coatings
    HD 10.0	Ballast Tank Coatings
    HD 11.0	Potable Water Tank Coatings
    HD 12.0	Undocking
    HD 13.0	Sea Trials
    
    HULL SECTIONS
    H 1.0		Tank Cleaning
    H 2.0		Mast Removal
    H 3.0		Tank Surveys
    H 4.0		Steering Machinery Surveys
    H 5.0		Intermediate Shaft Bearing Surveys
    H 6.0		Anchor Windlass Survey
    H 7.0		Anchor and Anchor Chain Survey
    H 8.0		Aft Cranes Surveys
    H 9.0		Main Crane Survey
    H 10.0		Life Raft Replacements
    H 11.0		CO2 System Hydrostatics
    H 12.0		Fixed Fire System Inspection
    H 13.0		Accommodation Flooring
    H 14.0		Asbestos & HAZMAT Removal
    H 15.0		Shaft Alignments
    H 16.0		Mast Installation
    
    MACHINERY SECTIONS
    M 1.0		Steering Control Upgrade
    M 1.0A	Appendix A to M 1.0 Steering Control Upgrade
    M 2.0		Gear Box Overhauls & Surveys
    M 3.0		Air Compressor Renewals
    M 4.0		Emergency Heat Exchanger Surveys
    M 5.0		HVAC System Upgrade
    M 5.0A	Appendix A to M 7.0 HVAC System Upgrade
    M 6.0		Refrigeration And Air Conditioning Annual Inspections
    M 7.0		Hot Water Tank Replacements
    M 8.0		Galley Dishwasher Replacement
    M 9.0		Extended Spindle Valve Overhauls
    M 10.0		Vibration Analysis
    M 11.0		Hydraulic Equipment Upgrade
    M 12.0		Helicopter Fire Fighting System Removals
    
    ELECTRICAL SECTIONS
    E 1.0		Ship Service Generator Installations
    E 1.0A		Appendix A to E 1.0 Ship Service Generator Installation
    E 2.0		Electrical Switchboard Replacement
    E 3.0		Electrical Insulation (Survey)
    E 4.0		Baseboard Upgrades
    E 5.0		Hold Heater Replacements
    E 6.0		Motor Overhauls
    E 7.0		Cold Start Generator
    
    ELECTRONICS SECTIONS
    EL 1.0		Fire Detection System Upgrade
    EL 2.0		Bridge Electronics Upgrades
    
    
    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 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 3X4

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Northwest Territories
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Consulting Services Regarding Matters of a Confidential Nature