5P300-23-0156/A - RFSA - Exhibits: Project management, content development, design, writing, fabrication and installation services - turnkey and à la carte (Канада - Тендер #54007503) | ||
| ||
Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Канада (другие тендеры и закупки Канада) Организатор тендера: www.merx.com Номер конкурса: 54007503 Дата публикации: 16-05-2024 Источник тендера: www.merx.com |
||
cb-898-26415771
Issuing OrganizationParks Canada
Solicitation TypeRFSA - Request for Supply Arrangement (Formal)
Solicitation Number5P300-23-0156/A
TitleRFSA - Exhibits: Project management, content development, design, writing, fabrication and installation services - turnkey and à la carte
Source IDPWGSC
Agreement TypeNone
British Columbia
Saskatchewan
Yukon
Prince Edward Island
Newfoundland and Labrador
New Brunswick
Northwest Territories
Ontario
Canada
Alberta
National Capital Region
Nova Scotia
Quebec
Manitoba
2024/05/15 12:00:00 AM EDT
Closing Date2100/12/31 02:00:00 PM EST
Helene Periard
(873) 355-3504
helene.periard@pc.gc.ca
PARKS CANADA IS NOT CURRENTLY ACCEPTING BIDS VIA SAP ARIBA, YOU MUST SUBMIT YOUR BID VIA FAX OR EMAIL AS INDICATED IN THE SOLICITATION DOCUMENT.
ARRANGEMENTS RECEIVED IN-PERSON OR BY COURIER WILL NOT BE ACCEPTED.
The only acceptable email address for responses to the Request for Supply Arrangement (RFSA) is soumissionsest-bidseast@pc.gc.ca.. Arrangements submitted by email directly to the Supply
Arrangement Authority or to any email address other than soumissionsest-bidseast@pc.gc.ca will not be accepted.
The maximum email file size that Parks Canada is capable of receiving is 15 megabytes. The Supplier is responsible for any failure attributable to the transmission or receipt of the emailed
arrangement due to file size.
The Supplier should be cognisant of the size of the email as a whole, and not only the attachments. Please take into consideration that some attachments, when sent, may be resized during the
email transfer. If the email size is too large, the Supplier should send the arrangement in multiple emails properly labeled with the solicitation number, project name, and indicate how many
emails are included (ex. 1 of 2).
Emails with links to arrangement documents will not be accepted. Arrangement documents must be sent as email attachments.
Set-Aside Under the Procurement Strategy for Indigenous Business
This procurement contains a separate stream for a set aside under the federal government’s Procurement Strategy for Indigenous Business (PSIB). In order to be considered, the Supplier must
certify that it qualifies as an Indigenous business as defined under PSIB.
SUMMARY
The current Supply Arrangement (SA) aims to create a list of pre-qualified suppliers to meet the needs of:
- project management, design, content development, writing, graphic design, fabrication and installation of various exhibits;
- content development and writing; and of,
- fabrication and installation
turnkey or à la carte within the network of National Historic Sites (NHS), National Parks (NP), National Park Reserves (NPR), Urban National Parks (UNP) and National Marine Conservation Areas
(NMCA) managed by Parks Canada (PC).
Contracts resulting from the SA will have a maximum limitation of expenditure of $3,749,999.99 (Applicable Taxes and fees are included).
The RFSA covers two procurement streams:
General Stream: Suppliers must be able to provide the goods and services either across Canada (nationally) or across one or multiple region(s) of Canada, including where Comprehensive Land
Claim Agreements apply.
PSIB Stream: Indigenous suppliers as defined under the Procurement Strategy for Indigenous
Business (PSIB). Suppliers must be able to provide the goods and services either across Canada (nationally) or across one or multiple region(s) of Canada, including where Comprehensive Land
Claim Agreements apply.
PSIB suppliers can submit bids/quotes/offers on General Stream procurements.
ON-GOING OPPORTUNITY FOR QUALIFICATION
An on-going Opportunity for Qualification is available to allow new suppliers to become qualified.
DURATION OF THE SUPPLY ARRANGEMENT
The Supply Arrangement may be issued for a specific period as set out in the Supply Arrangement or until such time as Canada no longer considers it to be advantageous to use the Supply
Arrangement to award contracts under the Supply Arrangement framework.
COMPREHENSIVE LAND CLAIMS AGREEMENT
This procurement is subject to the following comprehensive Land Claims Agreement(s):
• James Bay and Northern Quebec Agreement
• Northeastern Quebec Agreement (amends JBNQA)
• Eeyou Marine Region Land Claims Agreement
• Inuvialuit Final Agreement
• Labrador Inuit Land Claims Agreement
• Nunavik Inuit Land Claims Agreement
• Gwich"in Comprehensive Land Claim Agreement
• Sahtu Dene & Métis Comprehensive Land Claim Agreement
• Tlicho Agreement
• Carcross Tagish First Nation Final Agreement
• Champagne and Aishihik First Nations Final Agreement
• Kluane First Nation Final Agreement
• Kwanlin Dun First Nation Final Agreement
• Little Salmon/Carmacks First Nation Final Agreement
• Nacho Nyak Dun First Nation Final Agreement
• Selkirk First Nation Final Agreement
• Ta"an Kwach"an Council Final Agreement
• Teslin Tlingit Council Final Agreement
• Tr"ondëk Hwëch"in Final Agreement
• Vuntut Gwitchin First Nation Final Agreement
• Maa-nulth First Nation Final Agreement
• Nisga"a Final Agreement
• Tsawwassen Final Agreement
Any requirement for deliveries to locations within the Nunavut Land Claims Agreement will have to be treated as a separate procurement, outside of the resulting supply arrangements.
SET-ASIDE UNDER THE PROCUREMENT STRATEGY FOR INDIGENOUS BUSINESS
This procurement is set aside under the federal government’s PSIB, as detailed in Annex 9.4. Requirements for the Set-aside Program for Indigenous Business, of the Supply Manual.
In order to be considered, a bidder must certify that it qualifies as an Indigenous business as defined under PSIB and that it will comply with all requirements of PSIB.
OPTIONAL BIDDERS’ CONFERENCE
A Suppliers" conference will be held virtually and by Teams invitation on June 5, 2024. The conference will begin at 1:00 pm EDT (For the conference in English). A conference will be held in
French at 11:00 am EDT. The scope of the requirement outlined in the Request for Supply Arrangements (RFSA) will be reviewed during the conference and questions will be answered. It is
recommended that Suppliers who intend to submit an arrangement attend or send a representative.
Suppliers are requested to communicate with the Supply Arrangement Authority helene.periard@pc.gc.ca to confirm attendance to the English or French conference. Suppliers should provide, in
writing, to the Supply Arrangement Authority, the name(s) of the person(s) who will be attending, emails for virtual invitation and a list of issues they wish to table no later than June 3,
2024, 3:00 pm EDT.
Any clarifications or changes to the RFSA resulting from the Suppliers" conference will be included as an amendment to the RFSA. Suppliers who do not attend will not be precluded from
submitting an arrangement.
ENQUIRIES
All enquiries must be submitted in writing to the Supply Arrangement Authority.
Suppliers should reference as accurately as possible the numbered item of the RFSA to which the enquiry relates. Care should be taken by Suppliers to explain each question in sufficient detail
in order to enable Canada to provide an accurate answer. Technical enquiries that are of a proprietary nature must be clearly marked "proprietary" at each relevant item. Items identified as
"proprietary" will be treated as such except where Canada determines that the enquiry is not of a proprietary nature. Canada may edit the question(s) or may request that Suppliers do so, so
that the proprietary nature of the question(s) is eliminated, and the enquiry can be answered to all Suppliers. Enquiries not submitted in a form that can be distributed to all Suppliers may
not be answered by Canada.
INFORMATION
National Parks Regulations require that all work is to be performed in accordance with the ordinances, laws, rules and regulations set out in the National Park Act.
Suppliers that consider themselves qualified to provide this Work and intend to submit bids on this project should obtain documents from the Government Electronic Tendering Service through the
Government of Canada tendering service at http://canadabuys.canada.ca/en/tender-opportunities. Addenda, when issued, will be available from the Government of Canada tendering service.
The Crown retains the right to negotiate with suppliers on any procurement.
Documents may be submitted in either official language of Canada. Parks Canada has made every effort to provide equivalent documents in both official languages, however, if you find any
discrepancies between the English and French documents, please notify the contract officer listed in this opportunity as soon as possible so that we can rectify the situation.