This Request for Standing Offers (RFSO) is being issued to satisfy the requirement of Crown-Indigenous Relations and Northern Affairs Canada (CIRNAC) “the Client” for the provision of Environmental Investigations, Remediation and Engineering Services Related to Contaminated Sites Program in Nunavut.
Description of the Requirement: As the custodian of most federal lands in Nunavut, the Department of Crown-Indigenous Relations and Northern Affairs Canada (CIRNAC), Nunavut Regional Office (NRO) is responsible for managing contaminated sites that were abandoned by their previous occupants. These sites were associated with exploration, mining, oil and gas and military activities dating back to the 1950s. There are approximately 85 federal contaminated sites and waste sites remaining across Nunavut.
The sites are managed through the Nunavut Contaminated Sites Program (CSP). The objective of the program is to manage Federal contaminated sites in a cost-effective and consistent manner. The program aims to reduce and eliminate, where possible, risks to human and environmental health, and liability associated with contaminated sites in Nunavut.
CIRNAC-NRO “the Client” will be initiating a series of environmental investigations, remedial activities, and/or long term monitoring at a number of sites throughout the Nunavut Region as part of its custodial responsibilities. Many of the sites require additional environmental site assessment work, risk assessment analysis and remediation planning. Once remediation and/or risk management activities are completed, these sites may also require monitoring in the short or long-term. Work to be performed by the Contractor will be to capture the environmental and engineering services required to manage risks at these sites and in many cases to facilitate moving these sites through the Federal Contaminated Sites Action Plan 10-step process.
Work required: CIRNAC Nunavut Regional Office (NRO) requires the professional services of qualified Offeror(s) to provide, on an “as and when required” basis, design and implement environmental site assessments (Phase I, II,III ESAs), human health and ecological risk assessments (HHERA), remediation or risk management strategies, long term monitoring and/or provide associated services to Contaminated Sites Program in Nunavut as described in the Scope of Work.
The work requirement must be consistent with CIRNAC’s Contaminated Sites Management Policy whose objectives include:
1. to meet federal and departmental policy requirements and legal obligations regarding the management of contaminated sites;
2. to require that, where a suspected contaminated site has been identified, the site be assessed in a timely, consistent and cost effective manner;
3. to provide a scientifically valid, risk management based framework for setting priorities, planning, implementing and reporting on the management of contaminated sites;
4. to remediate, based on approved resource levels, all National Classification System (NCS) Class 1 contaminated sites in the North, and Class 1, 2 and 3 contaminated sites, on a priority basis, unless it can be demonstrated that for a specific site an alternative form of management is appropriate;
5. to promote the social and economic benefits that may accrue to First Nations, Inuit and northerners when carrying out activities required by this policy; and
6. to promote the federal "polluter pay" principle.
Offerors are requested to maximize Inuit employment, subcontracting and on-the-job training opportunities, and involve Inuit businesses, in carrying out the work under this project.
Resources requirement: At minimum, Offerors response to this RFSO must demonstrate having the following resources capacity:
Resource Category/Minimum/Level required
Project Professional or Engineering Personnel 2 resources Senior
Project Professional or Engineering Personnel 2 resources Intermediate
Project Professional or Engineering Personnel 1 resource Junior
Technical Support Professional 1 resource N/A
Additionally, each proposed resource by the Offeror must meet the minimal resource qualifications outlined in section 7.2 of Annex A, Statement Of Work.
Proposed period of the Standing Offer: The period of the Standing Offer is for two (2) years from date of award. The Offeror grants to Canada the irrevocable option to extend the term of the Standing Offer by up to three (3) additional one (1) year periods under the same conditions.
Number of Standing Offers and resulting value: The intent of this RFSO is to award up to four (4) Standing Offer Agreements (SOA) to qualified Offerors.
The services will be required on an as and when required basis, requested with a Call-up.
The anticipated limitation value for the initial 2 years-term of each Standing Offer will be respectively:
1st qualified supplier: $1,500,000.00
2nd qualified supplier: $1,500,000.00
3rd qualified supplier: $1,000,000.00
4th qualified supplier: $1,000,000.00
Note that these value is an approximation based on current data available, may be subject to changes at the discretion of the client. Further, depending on the number of awards, these value may be recalibrated among the qualified suppliers available.
Comprehensive Land Claims Agreements (CLCAs):The delivery of the requirement detailed in the RFSO includes areas subject to Comprehensive Land Claims Agreements (CLCAs): Nunavut Land Claims Agreement (NLCA).
This solicitation is limited for bidding among firms registered on the Inuit Firm Registry (IFR) (Inuit Firm Registry Database - Inuit Firm Registry Database). For additional information, see Part 5 – Certifications and Additional Information.
This procurement is set aside from the international trade agreements under the provision each has for measures with respect to Aboriginal peoples or for set-asides for small and minority businesses. Further to Article 800 of the Canadian Free Trade Agreement (CFTA), CFTA does not apply to this procurement.