REQUEST FOR INFORMATION - AECL
Solicitation number 23240-120758/D
Publication date
Closing date and time 2013/08/23 14:00 EDT
Last amendment date
Description
Trade Agreement: NONE 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: . File Number: 23240-120758/D TITLE: SERVICES TO MANAGE THE OPERATION OF ATOMIC ENERGY OF CANADA LIMITED'S NUCLEAR LABORATORIES UNDER A GOVERNMENT-OWNED, CONTRACTOR-OPERATED MODEL THIS IS NOT A SOLICITATION DOCUMENT THIS IS A REQUEST FOR INFORMATION 1. Purpose of this Request for Information 1.1. The Government of Canada (Canada) is intending to procure the services of a contractor to manage the operations of what are today known as Atomic Energy of Canada Limited's (AECL's) Nuclear Laboratories under a Government-owned and Contractor-operated (GoCo) model. The purpose of this Request for Information (RFI) is to solicit input and feedback from industry on various elements of the proposed procurement process, which is described in more detail below. Specifically, the objectives of this RFI are to: (a) inform suppliers about the proposed procurement process, along with the associated timelines and national security requirements and to solicit feedback on any aspect of the procurement process; (b) solicit feedback on the draft mandatory technical criteria to be used to pre-qualify suppliers during the Request for Response Evaluation (RFRE) pre-screening and industry detailed consultation stage; and, (c) provide information on security clearance requirements so as to solicit feedback on these items and prompt suppliers to initiate security clearance processes if required. 1.2. This RFI will also be used to seek input on the scope and interest of suppliers in participating in a broader nuclear innovation agenda. 1.3. To facilitate feedback on these, and other relevant topics, several specific questions are provided in Appendix B. To support informed feedback, draft elements of the RFRE pre-qualification document are provided in Appendix A. 1.4. Finally, given the amount of time that Canada has allotted for the procurement process, suppliers are encouraged to begin preparing to meet the security requirements for the future solicitation, including for example initiating any security clearance processes that are required. 2. Overview of the AECL GoCo Procurement 2.1. Background 2.1.1. In early 2012, Canada publicly launched the second phase of the restructuring of AECL, focused on the Nuclear Laboratories. A Request for Expression of Interest (RFEOI) No. 23240-120758/A was issued to determine stakeholder interest in the Nuclear Laboratories. Canada received 46 responses from various stakeholders, including private sector organizations, academic institutions, local governments and industry associations. 2.1.2. On February 28, 2013, the Minister of Natural Resources announced that Canada would undertake a competitive procurement process seeking a contractor to manage the operation of AECL's Nuclear Laboratories using a GoCo model. Similar models are used in the management of nuclear operations in other jurisdictions, such as the United States and the United Kingdom. Going forward, the Nuclear Laboratories will focus on three key areas: (i) managing radioactive waste and decommissioning responsibilities; (ii) performing science and technology activities to meet core federal responsibilities; and (iii) supporting Canada's nuclear industry through access to science and technology facilities and expertise on a commercial basis. 2.1.3. Throughout the restructuring of the Nuclear Laboratories, and for the duration of the contract, Canada will continue its role in maintaining safety, security and environmental stewardship in all aspects of the nuclear industry. The Canadian Nuclear Safety Commission (CNSC), Canada's independent nuclear regulator, will continue to regulate the nuclear industry in Canada. During the restructuring process, Canada will also take all steps necessary to protect national security. 2.2. Objectives of the Procurement 2.2.1. The objectives of this procurement are to reduce and contain costs and risks for Canadian taxpayers, while seeking to leverage the Nuclear Laboratories' capabilities and resources to successfully deliver science and technology services, commercial activities and radioactive waste and decommissioning management. 2.2.2. These objectives are expected to be met through (i) use of best practices and innovative approaches that will enable cost savings; (ii) accelerated decommissioning and waste management; (iii) new revenue generation; (iv) solving complex technical, financial and regulatory issues; and (v) ensuring that the Nuclear Laboratories are safely and securely managed and that the capabilities, resources and infrastructure required to satisfy AECL's mandate are maintained. 2.2.3. Over the course of a long-term contract, the Contractor is expected to effect transformational change to best achieve Canada's goals. In this context, Canada anticipates that the payment mechanism will compensate the Contractor based, in part, on its success in achieving change; sharing in cost and project timeline risks; and realizing cost savings and increased commercial revenues. Canada anticipates incorporating target-cost pricing for specific projects as well as evolving performance measures for the delivery of the annual program of work. Regarding science and technology (S&T) and other services, Canada anticipates setting performance measures to incent sustainable rates that incorporate fully-allocated costs. 2.3. The Procurement Process 2.3.1. The overall procurement for this requirement will be conducted in one continuous process consisting of two separate and sequential stages: (a) The RFRE stage, in which suppliers submit a Response that will be evaluated to confirm that mandatory technical criteria, financial capability requirements, national security requirements, and certifications are met. The RFRE stage also includes detailed consultations with Qualified Respondents that have met the pre-qualification requirements of the RFRE. The detailed requirements and terms of the draft Request for Proposal (RFP) and resulting contract will be made available during the detailed consultations during the RFRE stage for feedback from Qualified Respondents. The detailed consultation process will also be leveraged to receive input for and feedback on the potential of federal investment in a nuclear innovation agenda. Unlike feedback received on requirements and terms of the RFP, consultations on innovation will be used to inform Canada's reflections on the path forward for federal investment in a forward-looking nuclear innovation agenda and will not impact the requirements for potential bidders to the GoCo contract. At the end of the RFRE stage, Qualified Respondents will have been provided with the draft of the RFP. (b) The RFP stage, or bid solicitation process, is when bids will be solicited from Qualified Respondents. Only Qualified Respondents from the RFRE stage will be eligible to submit bids in the RFP stage. In the RFP stage, bids will be evaluated against mandatory and point rated technical criteria and financial criteria. Contract award is anticipated at the end of the RFP stage. 3. Nature of Request for Information 3.1. This RFI is not a bid solicitation and will not result in the award of any contract. As a result, suppliers of any services described in this RFI should not reserve stock or facilities, nor allocate resources, as a result of any information contained in this RFI. Nor will this RFI result in the creation of any source list. Therefore, whether or not any supplier responds to this RFI will not preclude that supplier from participating in any future procurement. Also, the procurement of any of the services described in this RFI will not necessarily follow this RFI. This RFI is simply intended to solicit feedback from suppliers with respect to the matters described in this RFI. Some of the content of this RFI may or may not be used in procurement at a future date. By responding to the RFI, respondents agree with Canada making their organizations name public. 4. Response Costs 4.1. Canada will not reimburse any supplier for expenses incurred in responding to this RFI. 5. Treatment of Responses 5.1. Use of Responses: Responses will not be formally evaluated. However, responses may be used by Canada to develop or modify procurement strategies or any draft documents contained in this RFI. Canada will review all responses received by the RFI closing date. Canada may, in its discretion, review responses received after the RFI closing date. 5.2. Review Team: A review team composed of representatives of Public Works and Government Services Canada (PWGSC), AECL and Natural Resources Canada (NRCan) will review the responses. Canada reserves the right to hire any independent consultant, or use any government resources that it considers necessary to review any response. Not all members of the review team will necessarily review all responses. 5.3. Fairness Monitor: A Fairness Monitor will provide independent validation on the fairness of this process. 5.4. Confidentiality: Suppliers should mark any portions of their response that they consider proprietary or confidential. Canada will handle the responses in accordance with applicable legislation including the Access to Information Act. 5.5. Follow-up: Canada may, in its discretion, contact any Suppliers to follow up with additional questions or for clarification of any aspect of a response. 6. One-on-One Meetings 6.1. Those parties who are interested in responding to this RFI may request to participate in one-on-one meetings with Canada prior to submitting their response to: (a) Provide feedback on questions found in Appendix B; (b) Clarify any questions they might have regarding the process; and, (c) Provide feedback on the draft RFRE and procurement process or other related items. 6.2. These meetings are scheduled to be held during the week of August 12-16, 2013 in the National Capital Region. Parties wishing to participate in these meetings are invited to contact the Contracting Authority using the above contact information on or before August 5, 2013. There is a limit of no more than 8 participants from their organization(s). These meetings are in addition to any Responses that parties may wish to submit in advance of the RFI closing date. 6.3. If, in the course of or arising out of a one-on-one meeting, Canada provides any relevant and significant information with respect to the procurement, then Canada will publish such information. Canada will, however, to the extent fairness to all meeting participant permits, delete from any such documentation information that is proprietary or commercially-sensitive information concerning a meeting participant to other third parties, except and only to the extent required by law. 7. Site Visits 7.1. Suppliers may participate in a site visit to Chalk River Laboratories scheduled for August 12, 2013. If necessary, based on interest, an additional site visit will be scheduled for August 14, 2013. These site visits are concurrent to the one-on-one meetings. Suppliers will only be given the opportunity to attend one of the two site visits at Chalk River Laboratories. In addition, suppliers are also invited to participate in a site visit to Whiteshell Laboratories, scheduled for July 29, 2013. Moreover, for those suppliers who attended site visits during the RFEOI process, the format and site access granted is expected to be similar. These visits are not mandatory for participating in any future solicitation. 7.2. To participate in the site visit suppliers must register by completing the form located at: http://www.aecl.ca/Contact/Industry_Visit.htm and follow the instructions therein. 7.3. Registration for each participant for the Whiteshell visit is required by 4:00 P.M. July 22nd, 2013 and only those that are registered may attend. Registration for each participant for the Chalk River Laboratories visit is required by 4:00 P.M. August 2nd, 2013 and only those that are registered may attend. For Suppliers who register after the registration date, Canada does not guarantee site access. For the Chalk River Laboratories visit, Suppliers are asked to indicate the area of interest on the form: Decommissioning & Waste Management / Environmental Stewardship; Engineering & Infrastructure, Science & Technology / Innovation. 7.4. Registration for each site visit is limited to a maximum of 3 representatives per organization. Suppliers may choose to arrive in Ottawa, ON the day before a visit to Chalk River Laboratories and to arrive in Winnipeg, MB the day before a visit to Whiteshell Laboratories, as the sites are located approximately 2 hours from the respective cities. Suppliers are required to make their own arrangements to arrive at the sites. Access will only be granted to suppliers who register and whose representatives receive the necessary approval to participate in the site visits. Visits will begin at approximately 9:30 A.M. on the scheduled days. These visits should last a full day. Details on the logistics will be provided to suppliers whose registration is confirmed. 7.5. The site visit will be conducted for all interested suppliers at the same time and the group will be escorted by Canada's representative(s) who will facilitate access to the site but will not provide answers to questions on the procurement process. 8. Security Requirements for Information Access During the RFI stage, access will be provided only to unclassified documents through the use of an online data depository (virtual data room). Details for accessing this information are located in Appendix C. There is no security requirement for this RFI; however, there is a possibility of security requirement at the time of a future RFRE should one be issued. Suppliers whose organizations currently do not hold a valid Designated Organization Screening (DOS), 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 any potential future security requirements by requesting sponsorship from the Contracting Authority by e-mail at the address provided. It is the responsibility of the respondents to ensure that the information required concerning the security clearance is provided on time to either the requesting authority or the CISD of PWGSC. Closing Date Responses to this RFI will be accepted until 02:00 PM Eastern Daylight Time on August 23, 2013. Contracting Authority Patrick O'Sullivan Supply Team Leader AECL Restructuring Project Directorate Acquisitions Branch Public Works and Government Services Canada Email: EACLLab.AECLLab@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
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
- O'Sullivan, Patrick
- Phone
- (613) 996-8261 ( )
- Fax
- (613) 947-1892
- Address
-
11 Laurier St. / 11, rue Laurier
10C1, Place du PortageGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Natural Resources Canada
- Address
-
580 Booth StOttawa, Ontario, K1A 0E4Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW__ZG.B411.F26264.EBSU001.PDF | 001 |
French
|
4 | |
ABES.PROD.PW__ZG.B411.F26264.EBSU000.PDF | 000 |
French
|
141 | |
ABES.PROD.PW__ZG.B411.F26264.EBSU002.PDF | 002 |
French
|
6 | |
ABES.PROD.PW__ZG.B411.F26264.EBSU003.PDF | 003 |
French
|
30 | |
ABES.PROD.PW__ZG.B411.E26264.EBSU001.PDF | 001 |
English
|
47 | |
ABES.PROD.PW__ZG.B411.E26264.EBSU002.PDF | 002 |
English
|
76 | |
ABES.PROD.PW__ZG.B411.E26264.EBSU000.PDF | 000 |
English
|
572 | |
ABES.PROD.PW__ZG.B411.E26264.EBSU003.PDF | 003 |
English
|
78 |
Access the Getting started page for details on how to bid, and more.