CCGS Dumit - Docking & Refit

Solicitation number F1782-18C949/A

Publication date

Closing date and time 2018/09/24 17:00 EDT


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Government Objectives Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Government of Northwest Territories
    P.O. box 1320
    Yellowknife Northwest Territories
    Canada
    X1A2L9
    Nature of Requirements: 
    
    Definition of the Requirement
    
    Fisheries and Oceans Canada/Canadian Coast Guard has a requirement for a Ship Repair Contractor to carry out the Docking and Refit on the Canadian Coast Guard vessel, CCGS Dumit.  The work will involve completing a list of repairs as contained in the Statement of Work that has been prepared for the Project. 
    
    Vessel Information
    
    Name:   CCGS Dumit
    Type:   Type 700 Special Nav Aids Tender
    Class:   Class 1 Minor Waters
    Year Built:  1978
    
    Principle Dimensions
    Length:  49.895m
    Breadth, molded: 12.0m
    Loaded Draft:  2.0m
    Tonnage:  176.00
    
    Propulsion:  Twin D399 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 2018 to 17 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 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.
    
    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 Canadian Free Trade Agreement (CFTA) 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 Government of Northwest Territories - Marine Transportation Services (GNWT - MTS) in Hay River, is currently the only known facility in the area capable of docking the CCGS Dumit and conducting specified work 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) Canadian Free Trade Agreement (CFTA)  Article 513(1)b(III}
    
    If the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist due to an absence of competition for technical reasons. 
    
    Period of the proposed contract or delivery date
    
    Work must commence on 20 October 2015 and be fully complete by
    17 June 2016.
    
    Name and address of the pre-identified supplier
    
     Government of  Northwest Territories 
     PO Box 1320
            Yellowknife, NWT
    
    Closing date for a submission of a statement of capabilities:
    
    The closing date and time for accepting statements of capabilities is 24 September 2018, 2:00 pm PDT.
    
    Inquiries and submission of statements of capabilities are to be directed to:
    Torrey Buchan
    Supply Team Leader, Acquisitions Marine, Procurement Branch / Pacific Region
    Public Services and Procurement Canada / Government of Canada
    1230 Gouvernement St. Victoria, BC V8W 3X4
    Torrey.Buchan@pwgsc-tpsgc.gc.ca 
    Cel: 250-216-2092
    
    Delivery Date: Above-mentioned
    
    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

    • Canadian Free Trade Agreement (CFTA)
    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
    Zwarich, Eric
    Phone
    (250) 661-2347 ( )
    Email
    eric.zwarich@pwgsc-tpsgc.gc.ca
    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
    Non-Competitive
    Selection criteria
    Consulting Services Regarding Matters of a Confidential Nature