Coral Harbor Remediation
Solicitation number EW699-222278/B
Publication date
Closing date and time 2023/01/10 15:00 EST
Last amendment date
Description
Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: Yes Nature of Requirements: Coral Harbor Remediation EW699-222278/B Calixto, Monnette Telephone No. - (204) 899-9768 ( ) Fax No. - (418) 566-6167 ( ) Line 2, CORAL HARBOUR REMEDIATION ** A bidders' conference will be done virtually via Microsoft Teams on November 14, 2022. The conference will begin at 12PM CST. Bidders are requested to communicate with the Contracting Authority at Monnette.Calixto@tpsgc-pwgsc.gc.ca before the conference to confirm attendance. Bidders should provide, in writing, to the Contracting Authority, the name(s) of the person(s) who will be attending and a list of issues they wish to table no later than 2:00 PM CDT November 10, 2022. Any clarifications or changes to the bid solicitation resulting from the bidders' conference will be included as an amendment to the bid solicitation. Bidders who do not attend will be precluded from submitting a bid. 1. TITLE Coral Harbour Remediation, Coral Harbour, Nunavut 2. REQUIREMENT Public Works and Government Services Canada (PWGSC) is inviting the REGISTERED INUIT FIRMS ON THE INUIT FIRM REGISTRY to bid on a Remediation project in CORAL HARBOUR, Nunavut. The Coral Harbour Remediation Project involves the remediation of a former military base located approximately 10 km northwest of the Hamlet of Coral Harbour, Nunavut. The area was used by Canadian and American forces during the construction of the Distant Early Warning (DEW) Line during the Second World War. When the Site was abandoned in the 1970s, most buildings were removed, while site equipment and materials were left behind. Presently, the Site contains remnants of old vehicles and heavy equipment, building materials, unconsolidated debris, an aboveground storage tank (AST) farm with seven tanks, and approximately 2,800 barrels in varying condition with unknown contents. This remediation project will include but is not limited to: o Provision of equipment and materials o Mobilization, demobilization and logistics o Provision of a camp and construction facilities o Debris collection and segregation including details of material processing areas o Remediation of Buried Debris o Demolition of structures and fuel storage tanks ? Removal of fuel storage tanks from service o Hazardous material/debris management and disposal ? Details of containers ? Material storage and tracking prior to disposal ? Written confirmation from final disposal facilities o Non-Hazardous Landfill Construction, operation and closure ? Details of waste placement ? Size reduction and/or compaction methods o Contaminated soil excavation and disposal and/or treatment ? Details of selected method of disposal or treatment ? Details of treatment plan including location of treatment area, if applicable ? Details of containers to be used, storage of containers and final disposal location, if applicable 3. SOURCING: PSPC intends to issue a competitive RFP LIMITED TO IFR FIRMS in the Fall of 2022/2023 (estimated). The selection will be based on the highest responsive combined rating of Inuit Benefits Plan (IBP), technical merit, and price. When the RFP is posted on Homepage | CanadaBuys, the provisions of the Canadian Free Trade Agreement (CFTA) will apply and, where applicable, the appropriate International Trade Agreements will be determined. 4. MANDATORY BIDDERS’ CONFERENCE A MANDATORY bidders' conference will be held via Microsoft Teams and teleconference on November 14 2022. The conference will begin at 12:00PM CST and will be approximately 4 hours in length. The scope of the requirement outlined in the bid solicitation will be reviewed during the conference and questions will be answered. The bidders’ conference for this project is MANDATORY. Due to the complex nature of the requirement and some of the unique aspects that bidders must take into consideration, the bidders’ conference is mandatory. Attendance will be taken and Bids submitted by Bidders who were not in attendance will be rejected. Bidders may send more than one representative to attend the bidders’ conference. Any clarifications or changes to the bid solicitation resulting from the bidders' conference will be included as an amendment to the bid solicitation. Bidders who do not attend WILL BE PRECLUDED from submitting a bid. 5. NUNAVUT DIRECTIVE This procurement is subject to the Directive on Government Contracts, Including Real Property Leases, in the Nunavut Settlement Area (the Nunavut Directive). The Nunavut Directive has the following objectives: a. Increased participation by Inuit firms in business opportunities in the Nunavut Settlement Area economy; b. Improved capacity of Inuit firms to compete for government contracts and real property leases in the Nunavut Settlement Area; and c. Employment of Inuit at a representative level in the Nunavut Settlement Area workforce. Limited to firms on the Inuit Firm Registry (IFR) This solicitation is limited for bidding among firms registered on the Inuit Firm Registry (IFR). Bids submitted by businesses not on the IFR will render the bid non-responsive and no further consideration will be accorded to the bid. Bidders are responsible for obtaining copies of bid forms and special instructions and amendments issued prior to bid closing, and are to ensure they are addressed in the submitted bid. 6. VALUE OF PROJECT To assist with bonding and insurance requirements, this project is estimated at a value between: Category 7 - $10,000,001 and $20,000,000. This procurement contains MANDATORY requirements. Failure to comply will result in rejection of your bid. Standard terms and conditions for this procurement are incorporated by reference into, and form part of, the bid and contract documents. The standard documents are issued by Public Works and Government Services Canada and may be viewed at: https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditions-manual. Firms intending to submit bids on this project should obtain bid documents through the GETS service provider on the Government of Canada Web site at Homepage | CanadaBuys. Firms that obtain bid documents from a source other than the official site run the risk of not receiving a complete package. After contract award, bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within fifteen (15) working days of receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person. This PSPC office provides procurement services to the public in English. 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
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Canada-Panama Free Trade Agreement
-
Canada-Korea Free Trade Agreement (CKFTA)
-
Canadian Free Trade Agreement (CFTA)
-
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
-
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
-
Canada-UK Trade Continuity Agreement (Canada-UK TCA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
Businesses interested in partnering for this tender opportunity:
Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.
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
- Calixto, Monnette
- Phone
- (204) 899-9768 ( )
- Email
- monnette.calixto@pwgsc-tpsgc.gc.ca
- Fax
- (418) 566-6167
- Address
-
Northern Contaminated Site Program
Canada Place/Place du Canada
10th Floor/10e étage
9700 Jasper Ave/9700 ave JasperEdmonton, Alberta, T5J 4C3
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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_NCS.B030.F12338.EBSU005.PDF | 005 |
French
|
8 | |
ABES.PROD.PW_NCS.B030.E12338.EBSU005.PDF | 005 |
English
|
27 | |
ABES.PROD.PW_NCS.B030.E12338.EBSU004.PDF | 004 |
English
|
20 | |
ABES.PROD.PW_NCS.B030.F12338.EBSU004.PDF | 004 |
French
|
7 | |
ABES.PROD.PW_NCS.B030.E12338.EBSU003.PDF | 003 |
English
|
24 | |
ABES.PROD.PW_NCS.B030.F12338.EBSU003.PDF | 003 |
French
|
7 | |
ABES.PROD.PW_NCS.B030.E12338.EBSU002.PDF | 002 |
English
|
26 | |
ABES.PROD.PW_NCS.B030.F12338.EBSU002.PDF | 002 |
French
|
6 | |
ABES.PROD.PW_NCS.B030.E12338.EBSU001.PDF | 001 |
English
|
38 | |
ABES.PROD.PW_NCS.B030.F12338.EBSU001.PDF | 001 |
French
|
11 | |
ABES.PROD.PW_NCS.B030.F12338.EBSU000.PDF | 000 |
French
|
22 | |
ABES.PROD.PW_NCS.B030.E12338.EBSU000.PDF | 000 |
English
|
135 |
Access the Getting started page for details on how to bid, and more.