LOI - MARINE - Long Term Paint Strategy
Solicitation number EZ187-129043/A
Publication date
Closing date and time 2013/05/02 17:00 EDT
Description
Trade Agreement: Agreement on Internal Trade (AIT) Tendering Procedures: All interested suppliers may submit a bid Attachment: None Competitive Procurement Strategy: N/A - P&A/LOI Only Comprehensive Land Claim Agreement: No Nature of Requirements: LOI - MARINE - PAINTING CONTRACTORS BACKGROUND Public Works and Government Services Canada (PWGSC) is calling for expressions of interest from qualified suppliers to provide exterior and interior paint repair services aboard marine structures as a part of its Long Term Paint Strategy (LTPS). The purpose of this Letter of Interest (LOI) is to establish a source list of qualified suppliers, who will then be automatically invited to submit competitive tenders for work on an "as and when requested basis", in response to specific taskings by PWGSC. The source list will be valid for a period of one year. It is intended that the majority of the exterior painting under the LTPS would be done from May to October however operational schedules may include work at any time of the year. It is estimated that this list will be used to source $800,000 to $1,000,000 of paint repair work annually. The work, for which tenders may be requested from the qualified suppliers, includes but is not limited to the preparation and coating of: the above waterline structure of vessels including; exterior hull; superstructures; masts; exterior decks; interior decks and flight decks. It also includes structures that are not vessels but work on or over the water such as caissons, barges, buoys, cranes, etc. Suppliers must be capable of quickly responding to tenders and if successful, be prepared to commence work promptly after the issue of any contract. Suppliers must be fully capable of completing all work without subcontracting any portion of the preparation or painting requirement. It is anticipated that the majority of the Work will be conducted on manned vessels in their home ports. For the Department of National Defence, it is expected that the majority of the work will be completed while the vessels are located in Esquimalt Harbour, Esquimalt BC. For other Government Departments, the work may be carried out at various marine bases located on the West Coast of British Columbia. REQUIREMENTS Quality Management Systems 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. Potential suppliers who are not registered to the above noted standard may be subject to a Quality System Evaluation (QSE). Facilities and Equipment Suppliers are to demonstrate their capabilities by including details of their Facilities and Equipment, specifically including ventilation, blast, and spray-painting equipment that must be owned by the suppliers. Access to rental equipment is not sufficient to guarantee a supplier's capability to perform the expected work unless the equipment is leased for the entire period . Potential suppliers may be subject to a facility and equipment evaluation to verify their submissions. Project Management Experience Suppliers are to demonstrate their capabilities by including details of their Quality Management System. It is a requirement that suppliers have successfully completed three significant Marine painting projects within the last two years. Significant shipboard painting contracts are defined as follows: a. Contracts in which the paint and preservation component value exceeded $100,000; b. The work must have included the use of blast equipment; and c. In at least one of the three contracts a significant portion involved the successful application of non-skid coatings. References are to be provided including the names and telephone numbers of clients that can be contacted to verify the submitted information. Personnel Experience Suppliers are to demonstrate their capabilities by including details of their Personnel Qualifications. During the 6 years that the LTPS has been in place it has become apparent that the strict adherence to standards for preparation and painting of ships is difficult for inexperienced painters and labour personnel to achieve. In order to maintain a high quality of work and to be able to complete work within the limited time frames provided it is essential that suppliers be able to provide supervisors and painters experienced in the preparation of surfaces and the application of marine paint to SSPC and Manufacturer's standards. Suppliers must have in their employ, during the noted exterior LTPS paint season, at least one journeyman painter and one supervisor experienced in the application of non-skid coatings onboard Government vessels. These specific personnel are to be utilized for any work conducted as a part of the LTPS. Of these two people one must: possess a current National Association of Corrosion Engineers (NACE) Level One certificate: or provide proof of equivalent certification subject to verification by PWGSC; or a qualified sub-contractor must be engaged to carry out inspections and verifications. Resumes of these key people, outlining their qualifications and specific marine coatings preparation and application experience, are to be included with any response to this letter of interest. Environmental Practice Contractors and their sub-contractors engaged in work on a Government vessel must carry out the work in compliance with applicable municipal, provincial and federal safety and environmental laws and regulations. The contractor shall have detailed procedures and processes for identifying, removing, tracking, storing, transporting and disposing all potential pollutants and hazardous material encountered, to ensure compliance as required above. All environmental disposal certificates are to be provided to the Inspection Authority, , with information copies sent to the Contract Authority. Furthermore, additional evidence of compliance with municipal, provincial and federal environmental laws and regulations are to be furnished by the Contractor to the Contract Authority when so requested. In addition, if the work is to take place at the PWGSC Esquimalt Graving Dock (EGD), then the Contractor shall also comply with the EGD Environmental Best Management Practices, current issue, at the time of the Contract. Potential suppliers may be subject to an environmental procedures evaluation. Liability Insurance Contractors will be required to provide proof of Ship Repairers' Liability Insurance or Commercial General Liability Insurance shall be effected by the Contractor and maintained in force in an amount usual for a contract of this nature, but, in any case, for not less than $10,000,000 per accident or occurrence. SUBMISSIONS All suppliers considering themselves qualified and wishing to be listed for providing these services are to demonstrate their ability to meet the requirements by submitting a covering letter and the information requested within this letter including but not limited to; A. Facilities & Equipment Description including make, model and numbers of equipment B. Project Management details C. Personnel Qualification - including copies of relevent certificates D. Environmental Procedures E. Insurance Documentation Past membership on a Long Term Paint Strategy source list does not preclude the submission of the documents identified above. In order to be considered, the entire submission must be received at the following address no later than May 2nd 2013, by 14:00 hours local time: Public Works and Government Services Canada Acquisitions, Marine 401 - 1230 Government Street Victoria BC V8W 2Z4 Attn: Ian Turner Canada does not intend to award a contract on the basis of this notice or otherwise pay for the information solicited. 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 PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Turner, Ian
- Phone
- (250) 363-8475 ( )
- Fax
- (250) 363-3960
- Address
-
401 - 1230 Government StreetVictoria, B. C., V8W 2Z4
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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.