CCGS S.W. Laurier - VLE Phase 2
Solicitation number F7049-210353/A
Publication date
Closing date and time 2022/03/23 17:00 EDT
Last amendment date
Description
Trade Agreement: NONE Tendering Procedures: Generally only one firm has been invited to bid Non-Competitive Procurement Strategy: Exceptional Circumstances Under Article 508 (1) of AIT Comprehensive Land Claim Agreement: No Vendor Name and Address: Vancouver Drydock Company Ltd. PO Box 86010 North Vancouver British Columbia Canada V7L4J5 Nature of Requirements: CCGS Sir Wiflrid Laurier Advance Contract Award Notice 1. Advance Contract Award Notice (ACAN) An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier. 2. Definition of the requirement The CCGS Sir Wilfrid Laurier is a High Endurance Multi-Tasked Vessel that was constructed in 1986 and has undergone a variety of Life Extension with the most recent Phase 1 in 2021-2022 to upgrade the electrical propulsion drives. The vessel is a medium ice breaker which operates in the Canadian Arctic region among numerous other roles, such as buoy tending and support along the Western Coast of Canada. A total of $30,000,000 has been allotted as part of Vessel Life Extension (VLE) which, has been broken into two phases, to extend the vessel life for an additional 10 years. The vessel will be taken out of service for a period from November 2022 to April 2023 to complete all the work in the VLE Phase 2 work package in one uninterrupted work period. This period will accomplish the large quantity of work included in the VLE work package without negatively affecting the vessel operational commitments. The scope of the work will include the replacement of the vessel’s main propulsion engines, under water hull coating renewal and various internal/external work. The nature of the work will require the vessel to be docked for the majority of the work period. The project team intends to award the VLE contract in the summer of 2022. The contractor will finalize any remaining engineering, plan the work, procure equipment and materials and begin fabrication of auxiliary components prior to the start of the drydocking work period in November 2022. The nature of the VLE work package is that it must be completed by the contractor. 3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) Any interested supplier must demonstrate by way of a statement of capabilities that its product/equipment/system (as appropriate) meets the following requirements: a) An operating shipyard, equipped with steel plate cutting, steel fabricating capabilities, as well as other infrastructure needed to support the work including cranage, pipe shops, electrical shops and quality assurance. b) The shipyard must be currently in possession or access to a certified dry-dock or certified floating dock capable of dry-docking the CCGS Sir Wilfrid Laurier for the work period from November 2022 to April 2023. The shipyard must be able to supply adequate shore power and other services including water, internet and office space. c) The Contractor must have a fully secured and safe alongside docking facility at which to secure the vessel alongside and include all the services mentioned above in assessment criteria 2. d) All welding contractors must be certified by the CWB to CSA Standard W47.1 -2019, Division 1 or 2. e) The supplier must be willing to accept full care and custody of the vessel from arrival at their facility, and assume all liability for the vessel while in their custody. f) Vessel transfer and work scope would have to be completed within the time frames noted above g) As part of their Statement of Capabilities, the shipyard will be required to include: i. a naval architect to develop a docking plan (including blocking plan), to include provisions for the removal of the engines and safely dock and undock the vessel in their dry-dock; ii. The human resources, including direct and indirect labour required to complete a project of this magnitude with an estimated $7.5M of total labour over duration of the work period. iii. Engineering, procurement and storage capacity to address the necessary final engineering work, procurement of equipment and materials and storage of the main engine gensets in a protected area until installation can occur. The generator sets have an approximate weight of 100 Tons per unit which will require suitable footing for storage. 4. Applicability of the trade agreement(s) to the procurement This procurement is subject to the following trade agreement: The Canadian Free Trade Agreement (CFTA) 5. Justification for the Pre-Identified Supplier The pre-identified supplier is believed to be the only shipyard in Western Canada with sufficient infrastructure and resources to dry-dock and complete the scope of work for the CCGS Sir Wilfrid Laurier within the available work period. 6. Government Contracts Regulations Exception(s) The following exception(s) to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - only one person is capable of performing the contract. 7. Exclusions and/or Limited Tendering Reasons The following exclusion(s) and/or limited tendering reasons are invoked under the Canadian Free Trade Agreement (CFTA) Article 513(b)(iii). 8. Period of the proposed contract or delivery date The work will be done in between November 2022 and April 2023 CCGS Sir Wilfrid Laurier particulars: Length (m): 82.96 Breadth (m): 16.25 Draft (m): 6.8 Gross Tonnage (t): 3812.08 Net Tonnage (t): 1533.5 9. Cost estimate of the proposed contract The estimated value of the contract, is $15.0M (GST/HST extra). 10. Name and address of the pre-identified supplier Vancouver Drydock Company Ltd. PO Box 86010 North Vancouver, British Columbia V7L 4J5 11. Suppliers' right to submit a statement of capabilities Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN 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. 12. Closing date for a submission of a statement of capabilities The closing date and time for accepting statements of capabilities is March 22, 2022 13. Inquiries and submission of statements of capabilities Inquiries and statements of capabilities are to be directed to: Eric Zwarich Supply Team Leader, Acquisitions Marine, Procurement Branch / Pacific Region Public Services and Procurement Canada / Government of Canada Eric.Zwarich@pwgsc-tpsgc.gc.ca / Cel: 250-661-2347 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
-
No trade agreements are applicable to this solicitation process
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
- Zwarich, Eric
- Phone
- (250) 661-2347 ( )
- Email
- eric.zwarich@pwgsc-tpsgc.gc.ca
- Address
-
401 - 1230 Government StreetVictoria, B. C., V8W 3X4
Buying organization(s)
- Organization
-
Fisheries and Oceans Canada
- Address
-
200 Kent St, Station 13E228Ottawa, Ontario, K1A 0E6Canada
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.