An advanced contract award notice (ACAN) is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits, a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date and time stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.
1. Definition of requirement:
The Correctional Service Canada (CSC) has a requirement to repair and update the fire system at Millhaven Institution, Bath Institution and Collins Bay Institution, in the Ontario Region. The work will involve the following:
1.1 Objective #1: The replacement of the fire alarm panel and associated detection devices for J unit and A Unit at Millhaven Institution.
Objective #2: The replacement of the fire alarm panels in RTC, G.O. Bldg, GI Bldg, Unit #5, Unit #4 and Pump House at Bath Institution.
Objective #3: The replacement of the fire panel and associated detection devices for CBB03 Bldg, PIDS Control Panel and NCC Computer, F32N Basement, F32N Horseshoe and 50 Man Unit at Collins Bay Institution (Med/Min).
1.2 Tasks:
The Contractor must supply and install a replacement fire alarm panel and associated devices at Millhaven Institution to include:
All new addressable detection cards,
All addressable dual zone sprinkler monitor modules,
All addressable single zone c/w relay modules,
All addressable smoke detectors,
All Line isolation Modules,
All addressable Manual Pull stations,
All addressable duct smoke detectors,
Two replacement Module Fire Control Panel,
Verification per CANULC5537,
Project Administration.
The Contractor must supply and install a replacement fire alarm panel MXL to XLS at Bath Institution to include:
Display Upgrades
Display Upgrades to the RTC, G.O Bldg, GI Bldg, Unit #5, Unit #4 and Pump House with the new Desigo Modular,
Upgrade existing custom Siemens Zues configuration software to migrate existing display unit from Siemens Model PMI-2 to PMI-D for the Printer Panel.
The Contractor must supply and install a replacement fire alarm panel, device upgrade and associated devices at Collins Bay (Med/Min) Institution.
CBB03 Panel and Device Upgrades:
Supply all new XLS Modular modules including Display, addressable controller card, power supplies, batteries, etc.
Supply (12) new dual zone and (1) single sprinkler addressable zone modules and associated End of Line resistors.
Verify of all new control equipment per CAN/ULC S537.
Program new panel into existing Siemens network.
Provide a shop drawing package c/w Power and Stand-by battery calculations.
Program new system (includes existing Sequence of Operation).
Assist with functional testing of sprinkler devices with CSC’s sprinkler contractor.
Provide project administration.
PIDS Control Panel and NCC Computer:
Supply, program and install new Desigo CC Computer, complete with programming
Supply and install all new XLS Modular modules including Display, addressable controller card, power supplies, batteries, etc. for the PIDS panel.
Display Upgrades:
The Contractor must supply, program and install new Desigo Modular (displays only) for the following panels;
F32N Basement
F32N Horseshoe
50 Man Unit
1.3 Expected results:
CSC will have a fully operational fire alarm systems at Millhaven Institution, Bath Institution and Collins Bay Institution.
1.4 Performance standards:
The Contractor must perform all work in compliance with any applicable federal or provincial/territorial regulations. The Contractor must comply with the National building code or Ontario building code whichever has more stringent requirements. The Contractor must submit a health and safety plan (including fire emergency plan).This plan must identify any hazards and include details on how these hazards will be mitigated.
1.5 Deliverables:
1.5.1 Contractor must provide all personnel, tools, services, supplies, materials, supervision and equipment to complete the work as described. All material must be new.
1.5.2 Paper consumption:
a. Should printed material be required, double-sided printing in black and white format is the default unless otherwise specified by the Project Authority.
b. The Contractor must ensure printed material is on paper with a minimum recycled content of 30% and/or certified as originating from a sustainably managed forest.
c. The Contractor must recycle unneeded printed documents (in accordance with Security Requirements).
1.6 Constraints:
1.6.1 Location of work:
a. The Contractor must perform the work at Millhaven Institution 5775 Bath Road Bath, Ontario, K0H 1G0
b. The Contractor must perform the work at Bath Institution 5775 Bath Rd Bath, Ontario, K0H 1G0
c. The Contractor must perform the work at Collinsbay Institution 1455 Bath Rd Kingston, Ontario
K7L 4V9
d. Travel - No travel is anticipated for performance of the work under this contract
1.6.2 Language of Work:
The contractor must perform all work in English.
1.6.3 Institutional Access Requirements
Contractor personnel will be escorted at all times by Correctional Service Canada personnel or those authorized by CSC on its behalf. Contractor personnel must adhere to institutional requirements for the conduct of searches by Correctional Service Canada prior to admittance to the institution/site. Correctional Service Canada reserves the right to deny access to any institution/site or part thereof of any Contractor personnel, at any time.
2. Criteria for assessing the statement of capabilities (minimum essential requirements):
Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:
The supplier must have rights to access proprietary codes held by Siemens Canada Limited.
The supplier must have a minimum of five (5) years industry experience in complex, multi-unit fire detection system installation and repair acquired within the last 5 years prior to the closing date of this ACAN
The supplier must have 5 years experience acquired within the last 5 years prior to the closing date of this ACAN working with a Siemens Fire alarm system.
The supplier must be registered with the Canadian Fire Alarm Association.
3. Applicability of the trade agreement (s) to the procurement
This procurement is subject to the following trade agreement(s).
Canadian Free Trade Agreement (CFTA).
4. Set-aside under the Procurement Strategy for Aboriginal Business
This procurement is not subject to any set-asides for Aboriginal Suppliers.
5. Comprehensive Land Claims Agreement (s)
This procurement is not subject to a Comprehensive Land Claims Agreement.
6. Justification for the Pre-Identified Supplier
Siemens Canada Ltd holds the proprietary rights to the currently installed fire alarm system. The codes required to modify the system are held by Siemens Canada Ltd. There are no authorized dealers in this area.
The pre-identified supplier meets all of the minimum essential requirements described in this ACAN.
7. Government Contracts Regulations Exception(s)
The following exception to the
Government Contracts Regulations
is invoked for this procurement under subsection 6(d) – "only one person is capable of performing the contract"
8. Exclusions and/or Limited Tendering Reasons
The following exclusion(s) and/or limited tendering reasons are invoked under the section of the trade agreement(s) specified:
Canadian Free Trade Agreement (CFTA), Article 513
(b) if the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons:
(ii) the protection of patents, copyrights, or other exclusive rights;
(iii) due to an absence of competition for technical reasons;
(v) to ensure compatibility with existing goods, or to maintain specialized goods that must be maintained by the manufacturer of those goods or its representative;
(vi) work is to be performed on property by a contractor according to provisions of a warranty or guarantee held in respect of the property or the original work;
9. Ownership of Intellectual Property
Ownership of any foreground intellectual property arising out of the proposed contract will vest with the Contractor.
10. Period of the proposed contract or the delivery date(s)
The proposed contract is from contract award to March 31, 2021.
11.Cost estimate of the proposed contract
The estimated value of the contract, including option(s), is $273,002.00 (GST/HST extra).
12. Name and address of the pre-identified supplier
Name: Siemens Canada Limited
Address: 3030 Conroy Road
Ottawa, Ontario
K1G 6C2
13. Suppliers' right to submit a statement of capabilities
Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN, may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date and time of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
14. Closing date and time for a submission of a statement of capabilities
The closing date and time for accepting statements of capabilities is Dec 23, 2020 at 2:00pm EDT
15. Inquiries and submission of statement of capabilities
Inquiries and statement of capabilities are to be directed to:
Name: Mark Kelly
Title: A/Regional Procurement & Contracting Officer
Correctional Service Canada
Branch/Directorate: Ontario Region
Telephone: 613-545-8274
Facsimile: 613-536-4571
E-mail address: Mark.Kelly@csc-scc.gc.ca