SAP Ariba system maintenance

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

  • Sunday, June 9 from 7:00 pm until 11:00 pm (Eastern Time) 

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

    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
    O'Sullivan, Patrick
    Phone
    (613) 996-8261 ( )
    Fax
    (613) 947-1892
    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 Information
    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: