Nuclear Advisory Services

Solicitation number 23240-130189/C

Publication date

Closing date and time 2013/05/29 14:00 EDT

Last amendment date


    Description
    Trade Agreement: NONE
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    23240-130189/C
    
    This bid solicitation cancels and supersedes previous bid
    solicitation number 23240-130189/B dated March 22, 2013 with a
    closing of April 22, 2013 at 2:00 PM Eastern Daylight Saving
    Time.
    
    NOTICE OF PROPOSED PROCUREMENT (NPP) 
    FOR NUCLEAR ADVISORY SERVICES FOR THE RESTRUCTURING OF ATOMIC
    ENERGY OF CANADA LIMITED'S (AECL's) NUCLEAR LABORATORIES
    (LABORATORIES).
    
    
    Background
    
    The restructuring of AECL, a Crown corporation, is a long-term
    initiative that the Canada announced in 2009 to reduce the cost
    and liability risks facing AECL and Canada.  The restructuring
    focussed first on the divestiture of the former CANDU Reactor
    Division (CRD), which successfully closed in October 2011 with
    the sale of the assets of the CRD to Candu Energy Inc. (Candu),
    a wholly-owned subsidiary of SNC-Lavalin Group Inc.  
    
    In February 2012, Canada issued a Request for Expression of
    Interest (RFEOI) No. 23240-120758/A to assess stakeholder
    interest in managing, investing in or partnering with AECL and
    received 46 responses from a variety of stakeholders including
    the private sector; local communities, academics and academic
    interests, provincial government organizations; industry
    associations; and employees, employee groups and retirees.
    
    Based on the responses received through the RFEOI process and
    internal analysis, Canada is proceeding with restructuring the
    Laboratories with a view to: clarifying their mandate,
    governance, and accountabilities; aligning funding and resources
    to explicit objectives, goals and priorities anchored in federal
    roles and responsibilities; and moving to full-cost recovery for
    goods and services provided to AECL's customers.  Building on
    lessons learned from other countries (e.g. U.K. and U.S.),
    Canada is seeking to benefit from private sector rigour and
    management of the Laboratories, while moving nuclear science &
    technology (S&T) to be more industry-driven. 
    
    
    Overview
    
    Public Works and Government Services Canada (PWGSC), on behalf
    of Natural Resources Canada (NRCan), is seeking the services of
    an experienced independent contractor, on an as and when
    requested basis, to provide Nuclear Advisory Services related to
    the restructuring of (AECLs) Nuclear Laboratories (Laboratories).
    
    The objectives of the Work are to obtain expert advice and
    services to assist the Government of Canada (Canada) in (i)
    developing a sound and competitive staged procurement process
    for the selection of a contractor to manage and operate the
    Laboratories under a Government-Owned, Contractor-Operated
    (GoCo) contract, and (ii) to provide advice and support to
    Canada in monitoring and assessing the performance of the
    Contractor under the GoCo Contract.  
    
    The Contractor must provide advice and services to Canada in
    specific areas relating to contracting for management and
    operating services for nuclear laboratories.  The services and
    advice to be provided may include but are not limited to: (i)
    nuclear laboratory benchmarking and performance assessment; (ii)
    performance indicator setting; (iii) nuclear laboratory
    management advice; (iv) radioactive waste management advice; (v)
    assessment and valuation of waste liabilities and waste
    liability management; (vi) performance-based contracting for
    management and operations services; (vii) laboratory capability
    assessment; (viii) site improvement plan development; as well as
    (ix) studies and market research relating to the nuclear energy
    research area.  
    
    The contract period will be from Contract date to March 31, 2014
    with one additional irrevocable one (1) year option period and
    (5) additional irrevocable optional periods of six (6) months
    each.
    
    
    Security Requirement
    
    1.	The Contractor must, at all times during the performance of
    the Contract, hold a valid Facility Security Clearance at the
    level of SECRET, with approved-Document safeguarding at the
    level of  SECRET, issued by the Canadian Industrial Security
    Directorate (CISD), Public Works and Government Services Canada
    (PWGSC).
    	 	
    2.	The Contractor personnel requiring access to CLASSIFIED
    information, assets or sensitive work site(s) must EACH hold a
    valid personnel security screening at the level of SECRET,
    granted or approved by the CISD, PWGSC.
    	 	
    3.	Processing of CLASSIFIED information electronically at the
    Contractor site is NOT permitted under this Contract.
    	 	
    4.	Subcontracts which contain security requirements are NOT to
    be awarded without the prior written permission of CISD/PWGSC.
    	 	
    5.	The Contractor must comply with the provisions of the:
    (a) 	Security Requirements Check List and security guide (if
    applicable); 
    	(b) 	Industrial Security Manual (Latest Edition).
    
    
    Security Clearance Sponsorship Request
    
    Bidders whose organizations currently do not hold a valid
    Facility Security Clearance (FSC), issued by the Canadian
    Industrial Security Directorate (CISD) of PWGSC, at a level of
    information of SECRET are encouraged to initiate the security
    clearance process immediately to meet the above noted security
    requirements by requesting sponsorship from the PWGSC Contacting
    Authority by e-mail at the address provided. 
    It is the responsibility of the Bidders to ensure that the
    information required concerning the security clearance is
    provided on time to either the requesting authority or the CISD
    of PWGSC.
    The request should include the following information: 
    ·	Legal name of the company:
    ·	Business Name, if different from legal name:
    ·	Mailing address:
    ·	Civic address, if different from mailing address:
    ·	Company telephone number:
    ·	Company fax number:
    ·	Surname and Given Name of the contact person (Canadian
    Official):
    ·	Title of the contact person:
    ·	Telephone number of the contact person:
    ·	E-mail address of the contact person:
    ·	Language preference (English or French);
    
    The CISD of PWGSC will then send to the interested Bidder the
    paperwork, which needs to be completed. 
    
    For any inquiries concerning any security requirements, the
    Bidder should contact CISD at 1-866-368-4646, or (613) 948-4176
    in the National Capital Region, CISD Website:
    http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html. 
    
    There are no direct costs charged to Bidders wishing to obtain a
    Facility Security Clearance (FSC). However, the Bidder may incur
    indirect costs, which results from being required to meet the
    minimum standards such as installing mechanisms for document
    safeguarding, if applicable.
    
    
    Mandatory Criteria on National Security Exception
    
    1.	To protect its essential security interests, including
    ensuring compliance with its national nuclear policies and its
    international nuclear non-proliferation agreements, Canada has
    invoked the National Security Exception for this procurement,
    which excludes this procurement from all of the obligations of
    the trade agreements to which Canada is a party.
    
    2.	In order to be allowed to submit a bid, a Bidder (as defined
    in Article 4 of the 2003 Standard Instructions - Goods or
    Services - Competitive Requirements (2012-11-19)), and any
    parent of the Bidder must be domiciled in
    (a)	Canada; or 
    (b)	a country that has:
    (i)	a government-to-government arrangement with Canada for the
    exchange and safeguarding of protected and classified
    information and assets
    (http://ssi-iss.tpsgc-pwgsc.gc.ca/ssi-iss/int/si-is-eng.html);
    and 
    (ii)	a Nuclear Cooperation Agreement with Canada.
    
    3.	The Successful Bidder will be prohibited from transferring
    outside of Canada any controlled nuclear information and/or
    technology.  The phrase "controlled information and/or
    technology" means nuclear information such as design
    specifications, technical data, drawings and models subject to
    the Nuclear Safety and Control Act, the Export and Import
    Permits Act, the Nuclear Non-proliferation Import and Export
    Control Regulations and the Export Permit Regulations.
    
    4.	If the Bidder is comprised of two or more Persons, each
    Person that comprises the Bidder must also meet the requirements
    set out in section 2.  Prior to contract award, the successful
    Bidder and each Person comprising that Bidder must hold a valid
    organization security clearance as required in Part 7 (Resulting
    Contract Clauses) or an equivalent security requirement from a
    country that has an arrangement referred to in section 2(b)
    above.
     
    
    5.	Each Bidder should, in its bid:
    (a)	Submit detailed information on its organizational structure,
    including the jurisdiction(s) in which any parent of the Bidder
    is organized, and in which the headquarters of the Bidder and
    any parent of the Bidder is located; and
    (b)	Identify all Persons having Control of each Bidder, its
    parent(s) and any other affiliate in the corporate chain between
    the Bidder and its parent(s), including the country in which the
    Person having Control is domiciled.
    
    6.	(a)	A Bidder must immediately notify PWGSC of any changes to
    the information that, pursuant to section 5, is required to be
    included in its bid.  
    	
    	(b)	The successful Bidder will be required, during the term of
    the Contract, to immediately notify PWGSC of any changes to the
    information that, pursuant to section 5, it was required to
    include in its bid.  Canada may, in its absolute discretion,
    terminate the Contract if it determines that the successful
    Bidder no longer meets the requirements of section 2 or section
    7. 
    
    7.	All Bidders meeting the requirements in section 2 will be
    subject to pursuant to Canada's nuclear safety,
    non-proliferation and security considerations.  Canada may, in
    its absolute discretion, consider and determine whether the
    Bidder is eligible to continue to participate in the RFP
    process.  Should the review of a Bidder raise national security
    concerns, PWGSC will notify that Bidder that it will not be
    permitted to participate in the RFP process, and any Bid
    submitted by that Bidder will not be accepted. 
    
    8.	For the purposes of this clause only:
    (a)	"Control" means with respect to a Person (i) any other
    Person, or one or more other Persons acting jointly or in
    concert, having beneficial ownership (whether directly or
    indirectly) of more than 20 percent of the shares or ownership
    interests of the first Person, or (ii) having the power to elect
    a majority of the directors of a Person that is a corporation or
    otherwise control the decisions made by or on behalf of that
    Person; 
    (b)	"domiciled" means:
    (i)	with respect to a Bidder, the country in which the Bidder
    and any parent of the Bidder is legally organized and 
    (ii)	with respect to any Person that Controls the Bidder, 
    (a)	the country in which that Person is legally organized, or 
    (b)	if an individual, the country in which that Person is
    resident. 
    (c)	"Person" means any individual, corporation, partnership,
    firm, joint venture, syndicate, association, trust, governmental
    authority or other form of legal entity.
     
    
    Procurement Business Number
    
    In order to do business with the Federal Government, the Bidder
    must be registered with Buyandsell.gc.ca (formerly Contracts
    Canada) and obtain a Procurement Business Number (PBN). For that
    purpose, they need to call the Info Line 1-800-811-1148 for
    general inquiries regarding Buyandsell.gc.ca and federal
    government procurement practices and activities.
    
    	
    CONTRACTING AUTHORITY:
    
    Pierre Rocan
    Supply Specialist
    Professional Services Procurement Directorate
    Acquistions Branch
    Public Works and Government Services Canada
    Tel:	819-956-1374
    Email:	pierre.rocan@tpsgc-pwgsc.gc.ca
    
    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

    • No trade agreements are applicable to this solicitation process

    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
    Rocan, Pierre
    Phone
    (819) 956-1374 ( )
    Fax
    (819) 956-2675
    Address
    11 Laurier St. / 11, rue Laurier
    10C1, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Natural Resources Canada
    Address
    580 Booth St
    Ottawa, Ontario, K1A 0E4
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Access the Getting started page for details on how to bid, and more.

    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 Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)

    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: