OBJECTIVES OF THE REQUIREMENT
The Regional Office of Environmental Coordination (ROEC) within the Real Property and Environmental Management (RPEM) division of the Department of Fisheries and Oceans (DFO) – Maritimes and Gulf Regions conducts and manages site assessments, site characterizations and environmental audit projects on property that DFO owns or has an interest in. These projects involve assessments of contaminants in soil, air, surface water, groundwater, and plant and animal tissues. The properties managed by RPEM include: light stations, small-craft harbours, hatcheries, minor shore lights, and various other facilities and bases.
This work is to deliver various steps of the Federal Contaminated Sites Decision Making Framework (Federal Contaminated Sites Action Plan (FCSAP) decision-making framework - En14-89-2016-eng.pdf (publications.gc.ca)), including environmental site assessments, classification, risk assessments and remediation. In addition, the environmental services include Archeological Risk Impact Assessments (ARIA), biological surveys, and the preparation of required documents as per the Impact Assessment Act (IAA 2019).
DFO is seeking the services of Contractors to provide technical and project management services related to environmental services on an "as and when requested" basis. The successful proponents are required to have significant regulatory experience within the federal framework, as well as the Nova Scotia, New Brunswick and Prince Edward Island provincial frameworks, and experience working on terrestrial and aquatic sites.
The intent is to issue up to four (4) Standing Offers to offerors qualified as a result of this RFSO process.
PERIOD OF STANDING OFFER
The period for making call-ups against the Standing Offer is from date of issuance to 29 March, 2030 inclusively.
SECURITY
There is no security requirement applicable to this Standing Offer. Companies working under this Standing Offer Agreement must not be given access to sensitive information or assets, and must be escorted at all times while on DFO premises.
INTELLECTUAL PROPERTY
The Department of Fisheries and Oceans has determined that any intellectual property rights arising from the performance of the Work under the resulting contract will belong to Canada, on the following grounds: where material developed or produced consists of material subject to copyright, with the exception of computer software and all documentation pertaining to that software.
TRADE AGREEMENTS
The requirement is subject to the Canada-Chile Free Trade Agreement (CCFTA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), Canada-European Union Comprehensive Economic and Trade Agreement (CETA), Canada-Colombia Free Trade Agreement, Canada-Peru Free Trade Agreement (CPFTA), Canada-Panama Free Trade Agreement, Canada-Korea Free Trade Agreement (CKFTA), Canada–Ukraine Free Trade Agreement, Canada-Honduras Free Trade Agreement, Canada-United Kingdom Trade Continuity Agreement, World Trade Organization–Agreement on Government Procurement (WTO-GPA), and the Canadian Free Trade Agreement (CFTA).
MANDATORY REQUIREMENTS
Proposals will be evaluated in accordance with the mandatory evaluation criteria as detailed herein. Bidders’ Proposals must clearly demonstrate that they meet all Mandatory Requirements for the proposal to be considered for further evaluation. Proposals not meeting the mandatory criteria will be excluded from further consideration.
Mandatory Criteria
M1 The Offeror must be an Environmental Firm licensed, certified, or otherwise authorized to provide the necessary environmental and professional services to the full extent that is required by Federal or provincial law applicable to the Contaminated Sites Consulting Services in the provinces of Nova Scotia, New Brunswick and Prince Edward Island.
M2 The Offeror must have the following corporate experience: Minimum of sixty (60) months (5 years) within the past 10 years from the RFSO closing date conducting work on Contaminated Sites as part of the Federal Contaminated Sites Action Plan (FCSAP). The Offeror must demonstrate this experience by providing examples of relevant and previously completed projects. Projects submitted must show that the work conducted included all of the following categories:
• Environmental Site Assessment;
• Human health and ecological risk assessment (aquatic and terrestrial);
• Contaminated sediment assessment/waterlot risk assessment and;
• Remediation oversite of a contaminated site.
M3 The Offeror must propose one resource for each of the following Resource Categories:
a) Senior Manager/Project Contact Minimum of ninety-six (96) months (8 years) contaminated sites experience within the last twelve (12) years from the RFSO closing date.
b) Senior Technical Expert - Human Health Risk Assessor Minimum of ninety-six (96) months (8 years) contaminated sites experience within the last twelve (12) years from the RFSO closing date.
c) Senior Technical Expert – Ecological Risk Assessor Minimum of ninety-six (96) months (8 years) contaminated sites experience within the last twelve (12) years from the RFSO closing date.
d) Senior Technical Expert – Environmental Assessment Services Minimum of ninety-six (96) months (8 years) contaminated sites experience within the last twelve (12) years from the RFSO closing date.
e) Intermediate Project Professional Services Minimum of sixty (60) months (5 years) contaminated sites experience within the last nine (9) years from the RFSO closing date.
f) Field Technician Minimum of thirty six (36) months (3 years) contaminated sites experience within the last five (5) years from the RFSO closing date.
g) GIS Analyst Minimum of thirty six (36) months (3 years) contaminated sites experience within the last 5 years from the RFSO closing date.
COMPREHENSIVE LAND CLAIMS AGREEMENTS
The Request for Standing Offers (RFSO) is to establish Regional Standing Offers for the requirement detailed in the RFSO, to the Identified Users in the Pacific Region, excluding locations within the Yukon that are subject to Comprehensive Land Claims Agreements (CLCAs). Any requirement for deliveries to locations within CLCAs areas within the Yukon will have to be treated as a separate procurement, outside of the resulting standing offers.