SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

LOI - MARINE - PAINTING CONTRACTORS

Solicitation number EZ187-123159/A

Publication date

Closing date and time 2012/04/03 17:00 EDT

Last amendment date


    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 and deck 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,
    coating or repair 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  responding to tenders and if successful,  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.  .
    
    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  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  workers experienced in the preparation
    of surfaces and the application of marine paint to SSPC and
    Manufacturer's standards. 
    
    Suppliers must have in their employ at least one journeyman
    painter and one supervisor experienced in the preparation of
    surfaces for 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.
    
    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. Quality Management System Manual (electronic or hardcopy
    format is acceptable)
    B. Facilities & Equipment Description including make, model and
    numbers of equipment 
    C. Project Management details
    D. Personnel Qualification details
    E. Environmental Procedures
    F. Insurance Documentation
    
    In order to be considered, the entire submission must be
    received at the following address no later than April 3, 2012,
    by 14:00 hours local time:
    	
    	Public Works and Government Services Canada
    	Acquisitions, Marine
    	401 - 1230 Government Street
    	Victoria BC V8W 2Z4
          Attn: Andre Godin
    
    
    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)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    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
    Godin, Andre
    Phone
    (250) 363-3152 ( )
    Fax
    (250) 363-3960
    Address
    401 - 1230 Government Street
    Victoria, B. C., V8W 2Z4

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    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
    Request for Information
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia

    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: