Tender Details
Title (ENG) | Terrestrial Archaeology Services – Supply Arrangement |
---|---|
Contracting Entity | Parks Canada |
Reference Number | cb-6322-42499867 |
Publication Date | 6/9/2023 |
Tender Closing Date | 12/13/2100 |
Type | Request for Supply Arrangement |
Area | *World |
Tender Status | Open |
Attachments | Download Tender Documents |
Description |
5P300-23-0054/A Terrestrial Archaeology Services – Supply Arrangement
PARKS CANADA IS NOT CURRENTLY ACCEPTING BIDS VIA SAP ARIBA, YOU MUST SUBMIT YOUR BID VIA EMAIL AS INDICATED IN THE SOLICITATION DOCUMENT.
The email address for responses to the Request for Supply Arrangement (RFSA) is
archeologie-archaeology@pc.gc.ca.
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 bid 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 bid in multiple emails properly labeled with the solicitation number, project name, and indicate how many emails are included (ex. 1 of 2).
SUMMARY
Parks Canada Agency (PCA) requires terrestrial archaeological services for protected heritage places. These may include: Archaeological Overview Assessments, Archaeological Inventory or Survey, Archaeological Impact Assessment, Implementation of Archaeological Mitigation Strategies, Archaeological Analysis, and Monitoring the Condition of Archaeological Resources.
It is Parks Canada’s intention to award multiple Supply Arrangements from this solicitation process based on Regions and Sub-Regions throughout Canada, as outlined in the Request for Supply Arrangement.
Contracts resulting from the SA will have a maximum limitation of expenditure of $1,000,000.00 (Applicable Taxes and fees are included).
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
• Nunavik Inuit Land Claims Agreement
• Labrador Inuit Land Claims Agreement
• Inuvialuit Final Agreement
• Gwich'in Comprehensive Land Claims Agreement
• Sahtu Dene and Metis Comprehensive Land Claims Agreement
• Maa-Nulth First Nations Final Agreement
• Champagne and Aishihik First Nations Final Agreement
• Vuntut Gwitchin First Nation Final Agreement
• Tr'ondëk Hwëch'in Final Agreement
• Kluane First Nation Final Agreement
INDIGENOUS PROCUREMENT
PCA reserves the right to employ various strategies to enhance Indigenous opportunities. Under this Supply Arrangement, PCA may employ strategies which include, but are not limited to, the Procurement Strategy for Indigenous Business (PSIB), Indigenous Benefits Plans (IBP) and setting aside packages of work to Indigenous Supply Arrangement holders.
SECURITY REQUIREMENT
There is a security requirement associated with the requirements of the Supply Arrangement.
New personnel security clearance requests will require mandatory fingerprints to initiate the criminal record check. The validity of an existing personnel security clearance issued by the Government of Canada is not affected by the change in the criminal record check process. Applicants who require a personnel security clearance are responsible for all costs associated with fingerprinting.
ENQUIRIES
All enquiries of a technical and contractual nature are to be submitted to the Supply Arrangement Authority or archeologie-archaeology@pc.gc.ca
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 Contracting Authority listed in this opportunity as soon as possible so that we can rectify the situation.
|
Contact Information
Contact: Nicholas Moïse
(343) 585-4589
Address:
30 Victoria StreetGatineau , Quebec
J8X 0B3
Canada