Trade Agreement: Agreement on Internal Trade (AIT) Tendering Procedures: All interested suppliers may submit a bid Attachment: YES (MERX) Electronic Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements:
Killarney, ON - Metal contaminated Soil Remediation.
Requisition Number -
EQ447-131410/A
Project Number - R.051781.001
SCOPE OF WORK :
Work of this project comprises excavation and
offsite disposal ( in accordance with applicable Federal and Provincial regulations) of metals contaminated soils located at Killarney East light Station and Killarney Northwest light station near Killarney, Ontario.
The Contractor shall perform and complete the Work within 11 weeks from the date of notification of acceptance of the offer.
The site visit for this project is MANDATORY.
Arrangements have been made for a tour of the
work site. The site visit will be held on the 19 September 2012 at 09:00 a.m.
Bidders are to meet at
"Front Entrance" Killarney East Light Station, Killarney, ON.
Bidders are requested to communicate with the Contracting Authority, before 03:00 PM 17th September, 2012 to confirm attendance and provide the name(s) and number of people who will attend.
The representative of the bidder will be requested to sign Site Visit Attendance Sheet at the visit
Bidders who do not attend or send a representative will not be given an alternative appointment. Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation. Contractors must bring picture ID and are allowed to take pictures of the site.
The site visit for this project is MANDATORY.
The representative of the bidder will be required to sign the Site Visit Attendance Sheet at the site visit. Bids submitted by Bidders who have not signed the attendance sheet will not be accepted.
***Please Note:
This site visit will serve as an opportunity for contractors to walk around the site and view the area(s) where the work is to be completed.
Enquiries of a technical or contractual nature will not be answered during the site visit.
Drawings and Specifications are now available for viewing and downloading in a Portable Document Format (PDF) or in a standard paper version.
Standard Terms and Conditions for this procurement are incorporated by reference into, and form part of the Tender and Contract Documents.
The Standard documents are issued by Public Works and Government Services Canada and may be viewed on the MERX electronic Bulletin Board as part of the information module.
Tender documents can be obtained from MERX by calling 1-800-964-6379 or visit their web site at www.merx.com.
IMPORTANT NOTICE TO BIDDERS
IMPORTANT CHANGES TO GI01 "CODE OF CONDUCT AND CERTIFICATION - BID" OFR2710T, GENERAL INSTRUCTIONS TO BIDDERS (REFER TO SPECIAL INSTRUCTIONS TO BIDDERS SI01 3) BIDDERS MUST FROM NOW ON SUBMIT WITH THEIR BIDS ON CLOSING DATE:
A COMPLETE LIST OF EACH INDIVIDUAL WHO IS CURRENTLY ON THE BIDDER'S BOARD OF DIRECTORS. (SEE APPENDIX 2) AND CONSENT TO A CRIMINAL RECORD VERIFICATION FORM (PWGSC-TPSGC 229) PROPERLY COMPLETEDdering Procedures:
Attachment: None Non-Competitive Procurement Strategy: Government Objectives Representing Best Interests/Value to Govt Comprehensive Land Claim Agreement: No Vendor Name and Address:
MATRIX I TERNATIONAL SECURITY, TRAINING, & INTELLIGENCE CENTRE 122 WILL ROGERS RD. BLDG. 1166 ROSWELL New Mexico United States 88203 Nature of Requirements:
IMPORTANT NOTICE TO SUPPLIERS The Government Electronic Tendering Service on Buyandsell.gc.ca/tenders is the sole authoritative source for Government of Canada tenders that are subject to trade agreements or subject to departmental policies that require public advertising of tenders. The purpose of this amendment is
to:
1. correct parragraph numbering;
2. In the title of
paragraph 8, delete "contract" and insert "standing offer"; and
3.
In paragraph 8, delete 2017 and insert 2016 1.
Advance Contract Award Notice (ACAN) An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.
2. Definition of the requirement The Department of National Defence (DND) requires access to a Specialized Facility for Tactical and Collective Mobility Training for the conduct of long-range live-fire and related training in order to develop and maintain its unique skill sets. The objective is to issue a 2 year Standing Offer (SO), with the option to extend for 3 additional 1 year periods with a Contractor to provide access to range and training facilities for specialized tactical and collective mobility training services. The estimated usage is up to 25 days per serial and up to 5 times per year. 2.1 Tasks The Contractor must provide the following:
a) Access to training facilities; b) Support staff to liaise and coordinate with the DND Liaison Officer (LO) and Range Safety Officer (RSO); and c) Access to accommodation facilities and services.
2.2 Constraints The following constraints apply to the overall requirement: d) The facilities must be located in a climate enabling the conduct of outdoor training at any time of the year, within Canada or the Continental/Contiguous United States of America (USA). The lowest mean temperature for any month, within the past 5 years, must be at no less than 4 degrees Celsius, or 39 degrees Fahrenheit;
e) The training facilities must replicate an arid environment; f) The Contractor must ensure that DND has exclusive use of the selected facilities (ranges, compounds, training areas, etc) during the training event; g) The training facility must support the live-fire training of a mounted, Company-sized (up to 30 vehicles) maneuver element; h) The lodging facilities must be located within the training facilities, and must be no further than 80 kilometers from the training range facilities (ranges, compounds);
i) The training facility must be located no further than 100 kilometers from an airport capable of receiving Canadian Armed Forces transport aircraft, up to the size of a CC-130 Hercules; j) The facilities must be within 150 kilometers driving range of a civilian hospital with appropriate trauma response capabilities able to address injury types (ie gunshot, blast, fragmentation, etc) as may be sustained through this type of training. 2.3 Deliverables The Contractor must provide DND with the following goods and services: 2.3.1 Training Range Facilities The Contractor must provide the following types of training ranges: a) Long distance training range;
b) Mount and dismount training range; c) Mission task training compound;
d) Team, platoon, and company level mounted training range; and
e) Company level dry training area.
The Contractor must be responsible for clean-up of all ranges after use by DND 2.3.2 Contractor Support Staff
The Contractor must provide DND with the following support staff:
a) Range Coordinator;
b) Program Manager;
c) Logistics Coordinator;
d) Target Operators;
and e) Role Players.
2.3.3 Target Equipment The Contractor must provide DND with the following target equipment: a) Portable electronic target system; b) Stationary infantry targets; c) Steel TYPE I
swing set;
d) Steel TYPE II
H stand;
e) Steel TYPE III
X stand;
f) Large metal 'gong' style target; g) Wooden target boards;
h) Three-dimensional (3D) human torso targets;
i) Steel dueling trees;
j) Aircraft Glass: Types 1 and 2 300 Series aircraft cockpit glass; k) Non-destroyable target vehicles;
l) Destroyable target vehicle;
m) Plywood replica vehicle targets;
n) Pyrotechnic sets; and o) Lighting for target equipment.
2.3.3 Training Weapons & Ammunition The Contractor must provide DND with the following weapons and ammunition: a) AK-47 rifles, with the ability to shoot blank rounds; b) 7.62 x 39 mm blank rounds; c) Paint ball weapons; and d) Paint ball rounds.
2.4 Training Vehicles The Contractor must provide DND with 6 Suburban type sport utility vehicles (SUVs) to be available for use exclusively by DND during the entire training event.
2.5 Miscellaneous Training Equipment and Services The Contractor must provide DND with the following training equipment and services for the duration of the training event: a) Scissor Jack capable of lifting a minimum of 5000 lbs solid wooden structure with the dimensions 9' by 9'; b) Portable UHF/VHF radios;
c) Emergency Generator; and d) Portable Toilets.
2.6 Accommodation Facilities The Contractor must be capable of providing accommodations facilities and amenities to support all DND personnel during the training event. The accommodation facilities must be capable of supporting up to 80 DND personnel, and must include a parking area capable of accommodating up to 25 full-size vehicles, 1 cube van and 6 All-Terrain Vehicles (ATVs) with trailers. The Contractor's accommodation facilities must include the following amenities and services:
a) Lodging;
b) Briefing room; c) Kitchen facility;
d) Storage rooms;
e) General purpose area; f) Meal services;
g) Janitorial services; and h) Medical services. 3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements: 3.1 Operational Performance Requirements
The specialized facility must conform to the climatic and terrain conditions in accordance with the following: The lowest mean temperature for any month, within the past 5 years, must be no lower than 4 degrees Celsius, or 39 degrees Fahrenheit;
The training facilities must replicate an arid terrain environment.
3.2 Range and Mobility Training Areas The specialized facility must: a) Provide a training area of a size no less than 20 kilometers square of open, arid terrain that is able to support the free maneuver of military pattern wheeled vehicles; b) Provide a training area of a size no less than one kilometer by 20 kilometers of open, arid terrain that can support: c) Up to 20 vehicles firing and moving simultaneously; d) The live firing of small arms (5.56mm, 7.62mm and .50 calibre), 40mm grenade launchers, light anti-tank (HEAT) weapons, 84mm recoilless rifle (HE/TP), and 60mm mortars (HE/TP); and e) The ability to conduct live fire training with an arc of fire that is a minimum of 50 degrees). f) Provide a long distance training range of a size no less than 200 meters by 2400 meters that can accommodate live fire ranging from 5.56mm to .338 and .50 caliber small arms ammunition; g) Provide a mount and dismount training range of a size no less than 500 meters by 2400 meters that can accommodate live fire ranging from 5.56mm to .338 and .50 caliber small arms ammunition, and can support the conduct of live fire training with an arc of fire that is a minimum of 250 degrees; and h) Provide a mission task training compound that contains a simulated village environment that is situated within a larger training area of open/semi-open terrain of a size no less than 7000 meters in length. The building and false fronts in the simulated village must accommodate live fire ranging from 5.56mm and 7.62mm to .338 and .50 caliber small arms ammunition, as well as 100 grain explosive entry door charges. 3.3 Accommodations and Air Transport The specialized facility must: a) Provide accommodation and meal facilities areas capable of supporting up to 80 people for up to 25 consecutive days; and b) Be located no further than 80 kilometers from an airport capable of receiving Canadian Armed Forces transport aircraft up to the size of a CC-130 Hercules. 4. Applicability of the trade agreements to the procurement This procurement is subject to the following trade agreement(s): World Trade Organization Agreement on Government Procurement (WTO-AGP); North American Free Trade Agreement (NAFTA), and; Agreement on Internal Trade (AIT). 5. Justification for the Pre-Identified Supplier Being the largest and most comprehensive tactical training and support center in the Continental US and Canada, MISTIC is the only venue which allows for live, free fire and manoeuvres in an area large enough to support a 30 vehicle live fire event. Additionally, it is the only training center also able to support high explosive, sniper, mounted and dismounted and heavy weapons ranges all in the same location. The facilities and training areas within the MISTIC tactical training and support center are the only ones available that can simulate the required terrain and weather conditions anticipated during operations. An arid training area is essential in ensuring critical training objectives are met. 6. Government Contracts Regulations Exception(s) The following exception(s) to the Government Contracts Regulations is invoked for this procurement: Under subsection 6(c)
the nature of the work is such that it would not be in the Public interest to solicit bids. 7. Exclusions and/or Limited Tendering Reasons Limited Tendering World Trade Organization Agreement on Government Procurement (WTO-AGP) Article XIII, paragraph 1 b iii. 1. "Provided that it does not use this provision for the purpose of avoiding competition among suppliers or in a manner that discriminates against suppliers of any other Party or protects domestic suppliers, a procuring entity may use limited tendering and may choose not to apply Articles VII through IX, X (paragraphs 7 through 11), XI, XII, XIV and XV only under any of the following circumstances b where the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons: iii due to an absence of competition for technical reasons;" Agreement on Internal Trade (AIT) Article 506, paragraph 12b): "where there is an absence of competition for technical reasons and the goods or services can be supplied only by a particular supplier and no alternative or substitute exists; 8. Period of the proposed standing offer. The period for making call-ups against the Standing Offer is from date of Contract to December 31, 2016 inclusive
The Contractor grants to Canada the irrevocable option to extend the term of the Standing Offer by up to 3 additional 1 year period(s) under the same conditions.
The Contractor agrees that, during the extended period of the Standing Offer, it will be paid in accordance with the applicable provisions as set out in the Basis of Payment. 9.
Cost estimate of the proposed contract The estimated value of the standing offer, including option(s), is between $ 3,000,000 and $3,800,000 (GST/HSTextra). 10.
Name and address of the pre-identified supplier MISTIC Inc 122 Will Rogers Rd, Bldg 1166 Roswell NM 88203 11.
Suppliers' right to submit a statement of capabilities Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the A AND SIGNED, FOR EACH INDIVIDUAL NAMED IN THE AFORMENTIONED LIST. (SEE SAMPLE IN APPENDIX 3)
All enquiries of a technical and contractual nature, are to be submitted to the Contracting Officer, Chinthaka Somaratna.
Telephone:
(416) 512-5268,
Facsimile:
(416) 512-5862,
E-mail: chinthaka.somaratna@pwgsc-tpsgc.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.