5P468-25-0155/A Stage 1 - Pyramid Bench Wildfire Risk Reduction, Jasper National Park
BIDS RECEIVED BY FAX AND EMAIL WILL BE ACCEPTED AS OFFICIAL.
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.
BIDS RECEIVED IN-PERSON OR BY COURIER WILL NOT BE ACCEPTED.
The only acceptable email address for responses to the bid solicitation is soumissionsami-bidsrpc@pc.gc.ca. Bids submitted by email directly to the Contracting Authority or to any email address other than soumissionsami-bidsrpc@pc.gc.ca will not be accepted.
The only acceptable facsimile for responses to bid solicitations is 1-855-983-1808.
The maximum email file size that Parks Canada is capable of receiving is 15 megabytes. The Bidder is responsible for any failure attributable to the transmission or receipt of the emailed bid due to file size.
The Bidder 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 Bidder 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).
Emails with links to bid documents will not be accepted. Bid documents must be sent as email attachments.
SPECIAL INSTRUCTIONS TO BIDDERS (SI)
This is a two stage selection process. Bidders responding to this selection process are requested to submit a bid in two stages. This posting is the first stage (Stage One) of a two-stage solicitation process: the first stage will evaluate the qualifications of all interested suppliers; the second stage (Stage Two) will invite the qualified suppliers to provide further qualifications and a financial bid on the project based on the specifications and drawings. Upon award of contract in Stage Two the pre-qualification list will expire and will not be used in any other solicitation. The qualification list will expire within 180 days or upon award of a contract in Stage Two, whichever is earlier, and the prequalification list will not be used in any other solicitation.
Following the evaluation of the submissions of Stage One, bidders will be advised of their qualification result and the status of the tender. Parks Canada reserves the right to re-issue Stage One via a /B solicitation if it is determined there is insufficient competition to proceed with Stage Two. Bidders that have qualified in Stage One /A will not be required to resubmit on the Stage One /B. Bidders that failed to demonstrate compliance on the Stage One /A may resubmit and will be considered in Stage One /B.
Stage Two Bidders will be provided an INVITATION TO TENDER (ITT) for further qualifications and the financial evaluation in relation to the specifications and drawings. Please note that the ITT used in Stage 2 of this process will be a Two-Envelope ITT with an Indigenous Participation Plan (IPP) and a price evaluation component.
LIST OF PRE-QUALIFIED BIDDERS:
A list of pre-qualified bidders from Stage One will not be released. Contract award notice of the successful bidder of Stage Two will be posted on http://canadabuys.canada.ca/en/tender-opportunities
REQUIREMENT
5P468-25-0155/A Stage 1 - Pyramid Bench Wildfire Risk Reduction, Jasper National Park
Parks Canada is seeking a logging contractor to conduct Wildfire Risk Reduction work in designated fuel treatment units located northwest and north of the Jasper townsite.
Due to the mountain pine beetle epidemic, Jasper National Park has experienced large scale forest mortality and surface fuel accumulations. Selected trees for removal will include both mature and immature conifer trees, including Lodgepole pine, hybrid white spruce, sub-alpine fir, and Douglas-fir.
Remove select conifer trees and downed woody debris within designated areas to reduce forest fuel loading, mitigate wildfire risks, and facilitate safe and effective emergency response north and northwest of the Jasper townsite.
1. This project will leverage past risk reduction efforts adjacent to the community. It will include harvesting
of dead and live lodgepole pine and hybrid spruce, as well as selective removal of Douglas-fir, subalpine fir,
and immature conifer species in accordance with the project Statement of Work.
2. The Work will require intensive clean-up of all processed slash, operational breakage, and pre-existing
downed woody debris.
3. Maintaining ecological and cultural integrity of the site is of high priority; significant care during all phases
of operations is required to minimize disturbance to vegetation and soils.
4. This Scope of Work includes the following key elements:
• Construction of temporary winter road
• Construction of temporary landings
• Mechanical and manual tree removal
• Removal and clean up of pre-existing downed woody debris and trees
• Intensive slash and debris clean-up, piling, removal, and burning of all non-merchantable woody debris
• Coarse woody debris retention on ground surface (>15cm DSH)
• Removal of all timber not to be retained as coarse woody debris from the Park
• Rehabilitation of all skid trails, landings, roads
• Protection of all infrastructure from damage, including multi-use trail network.
To assist with bonding and insurance requirements, this project is estimated at a value between $500,001 > $1,000,000, Taxes extra.
PERIOD OF CONTRACT / DELIVERY DATE
Contractor must perform and complete the Work no later than March 15, 2026.
ENQUIRIES
All enquiries of a technical and contractual nature are to be submitted to the Contracting Authority.
Enquiries regarding this solicitation must be submitted in writing and should be received no later than (8) business days prior to the date set for solicitation closing to allow sufficient time to provide a response. Enquiries received after that time may result in an answer NOT being provided.
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.
Bidders 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. Bidders that elect to base their bids on documents obtained from other sources do so at their own risk. Late submissions will not be considered.
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.