TEMPORARY ACCOMMODATIONS FOR NATIONAL CAPITAL COMMISSION STAFF

Solicitation number AL1597

Publication date

Closing date and time 2015/08/12 15:00 EDT


    Description
    The National Capital Commission (NCC) has a requirement for the supply (rental) and delivery of temporary accommodations for a period of thirty (30) months.
    The purpose of this Advance Contract Award Notice (ACAN) is to signal the National Capital Commission’s intention to award a contract for the supply (rental) and delivery to ATCO Structures & Logistics, 1540 Star Top Road, Ottawa, Ontario K1B 3W6.  Before awarding a contract, however, the government provides other suppliers with the opportunity to demonstrate that they are capable of satisfying the requirements set out in this Notice, by submitting a statement of capabilities during the fifteen (15) calendar day posting period. If other potential suppliers submit statements of capabilities during the fifteen (15) calendar day posting period that meet the requirements set out in the ACAN, the government will proceed to a full tendering process on either the government's electronic tendering service or through traditional means, in order to award the contract. If no other supplier submits, on or before the closing date, a statement of capabilities meeting the requirements set out in the ACAN, a contract will be awarded to the pre-selected supplier.
    
    In fall 2015, a project will break ground on the Rideau Hall campus to redevelop the Operations Zone.  
    
    Rideau Hall is the official residence and workplace of the Governor General of Canada and a national historic site.  Any planned event, architectural change, or landscape intervention, is subjected to the closest scrutiny, so as to preserve and enhance the integrity of Rideau Hall in its original conception.   
    
    The above in mind, three criteria were considered paramount in determining the temporary accommodations:  appearance, size, and schedule
    Appearance:	The temporary accommodation must be have a look of high enough quality to be located on the grounds of Rideau Hall for a temporary, but extended period.
    The temporary accommodation must be sheltered from street view as much as possible, to minimize the visual impact of the temporary structure.
    The temporary accommodation shall be located in close proximity to available sanitary sewer, domestic water supply, and available power, in order to minimize site excavation or additional temporary ancillary equipment.
    Size:	The temporary accommodation must be large enough to house the operations of NCC Grounds personnel.
    The temporary accommodation must be small enough to fit within the 48’ x 60’ footprint prescribed by NCC arborist, in order to preserve existing mature trees at the site.
    Schedule:	The temporary accommodation must be delivered and operational by August 15, 2015 to allow adequate time for staff, furniture, and equipment to be moved into the complex in advance of demolition activities in the Operations Zone.
    
    These activities will leave a large number of NCC staff without accommodation for up to two and half years.  As such, the NCC requires an appropriate temporary structure to house its displaced staff, both prior to and during the redevelopment of the Operations Zone.  
    This temporary structure needs to include for the following spaces: 
    i)	Carpentry workshop;
    ii)	Staff washrooms (male and female);
    iii)	Staff change rooms (male and female);
    iv)	Two (2) enclosed offices;
    v)	Staff workstations;
    vi)	Conference/Lunch room; and,
    vii)	Kitchenette.
    
    The temporary accommodations must be delivered by August 18, 2015.
    The rental period of the proposed contract is from the delivery date through February 2017.
    The estimated value for this contract is approximately $149,000.00 (taxes included) 
    ATCO Structures & Logistics (ATCO) is the only supplier known to be capable of meeting this requirement.  Any interested supplier must demonstrate, by way of a statement of capabilities, that it can provide temporary accommodations, on a rental basis, for NCC staff on the grounds of Rideau Hall, for a period of thirty (30) months, and that the temporary accommodations meets or includes the following requirements:
    
    Age of Structure:	Constructed in 2005 or later
    Transportation:	Transportation of the temporary accommodations to the final location on the grounds of Rideau Hall, located at 1 Sussex Drive, Ottawa, Ontario, Canada.  The supplier is responsible for inspecting the site prior to delivery and repairing any damage incurred as a result of the delivery, including damage to Rideau Hall perimeter gate, infrastructure, etc.
    Setup:	Set-up, levelling, connecting, and weatherproofing of the temporary accommodation at the final location on the grounds of Rideau Hall, located at 1 Sussex Drive, Ottawa, Ontario, Canada.
    Complex:  	The temporary accommodation is to be provided as an office complex.  Due to both operational space requirements and site environmental limitations, the complex shall be comprised of four (4) 12’ x 60’ mobile office trailers, secured and connected.  
    Heating, ventilating, and air conditioning systems for the complex shall be to Canada Occupational Health and Safety Regulations SOR/86-304.
    	Lighting systems for the complex shall be to Canada Occupational Health and Safety Regulations SOR/86-304.
    	Electrical distribution systems shall comply with the Ontario Electrical Safety Code.
    Exterior:	Due to the location on the historic landscape of Rideau Hall, the exterior of the complex requires an enhanced commercial appearance, compared to the standard mobile office trailer.  Enhancements shall include wood siding, a double-door front entrance, and large 48”x60” windows c/w screens.
    Interior:	The following spaces and finishes are needed to accommodate staff activities:
    
    Room Type	Minimum Square Feet	Flooring	Other
    Carpentry Shop	900	Plywood	Double-door Entry/Exit for Materials
    Office 1	             80	Commercial Carpet	
    Office 2    	100	Commercial Carpet	
    Open Space Touchdown Stations	300	Commercial Carpet	
    Conference Room / Lunch Room	200	12”x12” Vinyl Tile	
    Print Shop / Storage 	200	12”x12” Vinyl Tile	
    Entrance Vestibule 	100	12”x12” Vinyl Tile	
    Kitchenette       	80	12”x12” Vinyl Tile	One (1) SS sink, one (1) under-counter HWT 
    Women’s Washroom	36	12”x12” Vinyl Tile	One (1) lavatory, one (1) toilet, one (1) exhaust fan
    Men’s Washroom	36	12”x12” Vinyl Tile	One (1) lavatory, one (1) toilet, one (1) exhaust fan
    Women’s Change room 	100	12”x12” Vinyl Tile	
    Men’s Change room 	100	12”x12” Vinyl Tile	
    
    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice.  The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements. 
    All questions and request for clarifications during the tendering period must be submitted in writing to Allan Lapensée, Sr. Contract Officer, Procurement Services NCC at fax no (613)239-5007 or by e-mail to allan.lapensee@ncc-ccn.ca 
    
    This requirement falls within the exemption under the Government Contract Regulations: 10.21(d) only one person or firm is capable of performing the contract and under the Agreement on Internal Trade (AIT) Chapter 5, Article 5.6, 12(b).
    
    This procurement process for this requirement is subject to Chapter 5 of the Agreement on Internal Trade (AIT).

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Agreement on Internal Trade (AIT)
    Contact information

    Contracting organization

    Organization
    National Capital Commission
    Address
    40 Elgin Street
    Ottawa, Ontario, K1P 1C7
    Canada
    Contracting authority
    Lapensée, Allan
    Phone
    613-239-5678 X5051
    Fax
    613-239-5007
    Address
    40 Elgin Street, Suite 202
    Ottawa, ON, K1P 1C7
    CA

    Buying organization(s)

    Organization
    National Capital Commission
    Address
    40 Elgin Street
    Ottawa, Ontario, K1P 1C7
    Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    Canada
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.