Defence Construction Canada (DCC) is calling for abbreviated proposals from consulting firms to establish a Source List (SL) to provide “as and when required” environmental consulting services for contaminated sites, environmental compliance, and Designated Substance and Hazardous Materials Consulting Services specific to Department of National Defence (DND) requirements for Nunavut.
Information provided by the Proponents will be evaluated using the established criteria in the RFAP.
This procurement is subject to the Agreement Between the Inuit of the Nunavut Settlement Area and His Majesty the King in Right of Canada (the Nunavut Agreement), and the Treasury Board of Canada Secretariat’s Directive on Government Contracts (including real property leases) in the Nunavut Settlement Area.
DCC has confirmed that there are two (2) or more Inuit Firms on the Inuit Firm Registry that could potentially provide the required services. In accordance with the Treasury Board of Canada Secretariat’s Directive on Government Contracts (including real property leases) in the Nunavut Settlement Area, Proponents are advised that bidding for this solicitation is therefore restricted to qualified Inuit Firms that are registered and in good standing with the Inuit Firm Registry.
Canada’s free trade agreements pose no impediment to the inclusion of measures including set asides, for the benefit of Indigenous Peoples and businesses in a procurement. This applies to procurement obligations pursuant to all Modern Treaties (Comprehensive Land Claims Agreements).
Information provided by the Proponents will be evaluated using the established criteria in the RFAP. The objective of this RFAP is to select the proponents with the three highest total scores to be placed on the SL. The criteria include Inuit and Nunavut benefits for Inuit employment, Inuit training and skills development, subcontracting to Inuit firms, and the location of offices/facilities in the NSA.
The objective of this RFAP is to select three (3) firms, who will be placed on a Source List (SL) with DCC to provide services on an “as and when required” basis to a maximum estimated value of $4,000,000.00, for a period of two (2) years from the date of establishment. Subject to whether the Consultant is an Inuit Firm that is still registered and in good standing on the Inuit Firm Registry, and if mutually agreeable between the Consultant and DCC, the SL may be extended for up to two (2) additional one-year periods. The value may also be increased in the order of $4,000,000.00 at any time during the duration of the SL. For better clarity, total potential duration of the SL is four (4) years, and the maximum potential value is $8,000,000.00. Commissions under the SL are expected to be valued between $200,000.00 and $500,000.00; there is no maximum value of a commission. Refer to the RFAP document for additional information.
Firms that consider themselves qualified to provide these services are invited to submit their Abbreviated Proposals through the MERX Electronic Bidding System on or before the closing date and time indicated on the Electronic Bidding System.
The selected consultant will be required to hold a valid DOS security clearance, issued by the Contract Security Program (CSP) within Public Services and Procurement Canada (PSPC). Details concerning the Security Requirements for this project are identified in the RFAP documents.
Questions regarding this solicitation are to be directed ONLY to the point of contact identified in this advertisement. Proponents who address their questions to anyone other than the point of contact during the solicitation period may, for that reason alone, be disqualified.
Proponents can obtain contract award results from the DCC Website at Contract Activity - Defence Construction Canada (dcc-cdc.gc.ca)