RELOCATION SERVICES
Solicitation number E60LM-110012/C
Publication date
Closing date and time 2013/06/28 14:00 EDT
Description
Trade Agreement: Agreement on Internal Trade (AIT) Tendering Procedures: The bidder must supply Canadian goods and/or services Attachment: None Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: Title Household Goods Moving Services - Domestic This Notice is raised to provide a status update of the requirement and highlight key changes made to date based on feedback received during the LOI process. STATUS AND TIMELINES We continue to refine the RFP after review and consideration of all feedback received through the LOI processes. The following schedule is tentative; therefore it should not be construed as final and is provided for information only. June 2013 Issuance of Notice regarding key changes to RFP document July 2013 Issuance of Second Notice including proposed date for Second Industry Day End of Summer 2013 Final Request for Proposal Issued Fall 2013 Final RFP Closes December 2013 Award contracts KEY CHANGES Key changes to the RFP are listed below; please note revisions to the RFP are not limited to these but rather are the most significant. Benchmark Rates Bidders will bid their GAMS rates without reference to any benchmark. Historic volumes Historic volumes will be provided for informational purposes only and do not constitute a projection of future business. General All-Inclusive Moving Service Rate (GAMS) Bidders will bid their GAMS rates. The GAMS rate is applied to the over-the-road portion of a shipment and includes pre-move consultation; pre-packing; major appliance certification and servicing; packing; physical handling of HG&E between the residence and the van; loading; scaling; transportation; ferries; up to four hours waiting time; unloading; unpacking; shuttle service; parking permits; hoisting; lowering; rigging; up to 30 days of storage in-transit (SIT); crew costs; and any other services that are required to prepare for the transport of the HG&E shipment that are not otherwise specified. The detail in the GAMS table has been increased. Business Distribution Methodology Bidders will be ranked based on a point-system derived from the rates bid in the financial evaluation as well as other rating criteria. The Bidders will be given the opportunity to select their business volume (within parameters) based on their ranking order and the remaining percentages of business available. Moves accessible only by Third Party Service Providers are not included in the business distribution although associated long term storage (LTS) and Loc/LHM may be included. Moves involving Third Party Service Providers (GAMS3PSP) The GAMS3PSP rates will be bid separately with the lowest priced bidder awarded 100% of the moves; this will allow the Contractor to build relationships with Third Party Service Providers and coordinate moves into and out-of a given location. This rate is applied to the Third Party Service Provider portion of shipments and is applied in addition to the GAMS rate for the road portion of the move. Extensions to the transit time guide (TTG) for delays outside contractor control will be reviewed on a case-by-case basis. Business distribution for the remaining service area will not be impacted by award of these moves. Packing Standards Packing Standards have been removed from the draft RFP and replaced with General Packing Requirements. The Contractor is to perform all preparation and packing in a manner resulting in the least cubic measurement, producing packages that withstand normal movement without damage to the container or contents and at a minimum of weight, unless the articles were previously packed by the shipper. Contract Period The contract period will be shortened to allow contractors to adjust to the changes and minimize risks associated with a long-term contract. Working Hours Working hours have increased so that all pre-move consultation, pre-packing/packing, loading, unloading, and unpacking services commence no earlier than 0800 hours and cease no later than 2000 hours from Monday to Friday, excluding statutory holidays. Delivery or unpacking on weekends or statutory holidays may be pre-authorized by the TA only with mutual agreement between the Shipper and the Contractor, and as long as there is no additional cost to Canada. 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
-
Agreement on Internal Trade (AIT)
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
- Stephen, Renee
- Phone
- (819) 956-6973 ( )
- Fax
- (819) 956-2675
- Address
-
11 Laurier St./11, rue Laurier
Place du Portage/, Phase III
Floor 10C1/Étage 10C1Gatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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.