Trade Agreement: Canadian Free Trade Agreement (CFTA) Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: Portable Air Compressor W3555-189416A Grieve, Bronwen Telephone No. - (250) 514-3757 ( ) Fax No. - (250) 363-3344 ( ) PORTABLE AIR COMPRESSOR REQUIREMENT: The Government of Canada has a requirement for one (1) diesel driven portable air compressor. This compressor will be used to supplement the yard air supply. This compressor will be located outside in a marine environment. TRADE AGREEMENTS: The requirement is subject to the provisions of the Canadian Free Trade Agreement (CFTA). CANADIAN CONTENT: The requirement is subject to a preference for Canadian goods and/or services. DEBRIEFINGS: Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within 15 working days from receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person. Further specifications and information are contained in the solicitation package. Delivery Date: Above-mentioned The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Trade Agreement: NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea Comprehensive Land Claim Agreement: No Notification Method: Source List Contract Award Procedure (Procurement Strategy): Exclusive Rights GSIN Description: Other Environmental Studies Quantity: 1
Trade Agreement: NONE Tendering Procedures: Generally only one firm has been invited to bid Non-Competitive Procurement Strategy: Exclusive Rights Comprehensive Land Claim Agreement: Yes Vendor Name and Address: Arctic UAV Inc. P.O. Box 2170 Iqaluit Nunavut Canada X0A0H0 Nature of Requirements: T8493-160018 Unmanned Aerial System (UAS) Concept of Operations R&D T8493-160018 Large, Kathy Telephone No. - (250) 216-4455 Fax No. - (250) 363-0395 1. Advance Contract Award Notice (ACAN) An 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 nosupplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier. 2. Definition of the requirement Transport Canada has a requirement to conduct research required for the development of the formal Concept of Operations for an Unmanned Aerial Vehicle (UAV) in the North as it prepares for the delivery of a Medium Altitude Long Endurance UAV. The primary research activities over the 2 year period, will include: a. Demonstrating and refining the technical and operational procedures for operating large UAVs safely and efficiently in Northern Canada through UAV flight trials that will be planned and executed by the Contractor; and b. Consulting with local and regional stakeholders to determine operational readiness of affected airports and communities to provide necessary infrastructure, skilled labour, and community support necessary for the success of the northern UAV program. Required data deliverables are: project plans, status reports, test plans, flight test reports, operational readiness reports and concept of operations recommendation reports provided over the duration of the contract period. 3. Criteria for assessment of 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: -Recent experience (within the past 12 months) operating fixed-wing UAV systems in the Arctic (above 60 degrees North latitude). - Transport Canada Special Flight Operating Certificate (SFOC) to operate UAVs in the Canadian Arctic. - A minimum of 4pilots with professional UAV Operators training that complies with Transport Canada guidelines for professional UAV pilots. - A minimum of 4 UAV pilots holding a Radio Operators Certificate (aeronautical) that complies with Industry Canada requirements fortwo-way VHF radio communications with Air Traffic Control agencies. - A minimum $2M liability insurance for company UAVs and pilots. - A minimum of 1 full-time technician with previous experience conducting routine maintenance on UAVs and sensor payloads. - Operations staff with an expert knowledge of the local weather, topography and air traffic procedures germane to the proposed area of operations. - Personnel with previous experience collecting and interpreting data and imagery from UAV sensor payloads. - A thorough understanding of regional and local government processes, and established relationships with local airport authorities and community organizations with proven experience in an arctic environment. - Access to a UAV with a minimum endurance of 6 hours, a minimum payload capacity of 25 kg and a minimum operational range of 200 nautical miles. 4. Applicability of the trade agreement(s) to the procurement N/A 5. Set-aside under the Procurement Strategy for Aboriginal Business N/A 6. Comprehensive Land Claims Agreement This procurement is subject to Article 24 of the Nunavut Land Claims Agreement. 7. Justification for the Pre-Identified Supplier Arctic UAV is the only identified supplier of long range UAVs with operational experience and knowledge of the Canadian Arctic region and that meets the Statement of Capabilities as identified above. Secondly, ArcticUAV Ltd and its affiliates have no connections to any firm who may wish to submit a proposal to supply systems in response to the Request for Proposal for the Transport Canada Unmanned Aerial System for the National Aerial Surveillance Program (T8493-150035/A). In addition, Arctic UAV is a Nunavut-based business in the Nunavut Land Claim area, thereby meeting the obligations of the Nunavut Land Claim agreement. 8. 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 work. 9. Exclusions This procurement is set aside from the international trade agreements under the provision each has for set asides for small and minority businesses. 10. Ownership of Intellectual Property Canada intends to retain ownership of any Foreground Intellectual Property arising out of the proposed contract on the basis that the main purpose of the contract is to generate knowledge and information for public dissemination 11. Period of theproposed contract The proposed contract is for a period of 2 years, from March 2017 to March 31, 2019. Two flightsper year are planned, in June and September of 2017 and again in 2018, with the option for up to two (2) additional flights during the contract period if and when required. 12. Name and address of the pre-identified supplier Arctic UAV Box 2170 Iqaluit, NU X0A 0H0 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 of this notice. The statement ofcapabilities must clearly demonstrate how the supplier meets the advertised requirements. 14. Closing date for a submission of a statement of capabilities The closing date and time for accepting statements of capabilities is March 9, 2017 at 2:00pm PST. 15. Inquiries and submission of statements of capabilities Inquiries and statements of capabilitiesareto be directed to: Kathy Large Supply Specialist Telephone: 250-216-4455 Facsimile: 250-363-0395 E-mail: kathy.large@pwgsc-tpsgc.gc.ca Delivery Date: Above-mentioned You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above. An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award. However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process. 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. The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page. The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Comprehensive Land Claim Agreement: No Nature of Requirements: Amendment history: Amd 001: To increase optional requirement quantities from five (5) to ten (10) units for each platform structure. -------------------------------------------- To fabricate and deliver aluminium single pile platforms and 8ft X 10ft galvanized steel platform structures to the Department of Fisheries and Oceans (DFO), Canadian Coast Guard (CCG)'s Integrated Technical Services, Marine and Civil Infrastructure (MCI) of Victoria BC Canada in accordance with the requirement detailed herein. The platform structures are to be used to providing a working platform for CCG crew on navigational aids in a marine environment. Upon delivery of the platforms CCG crews will be responsible for construction activities including the installation of these platforms. Point of Delivery: All platforms must be delivered to the DFO/CCG Base at 25 Huron Street, Victoria BC Canada V8V 4V9. A minimum of five (5) aluminium single pile platforms and five (5) 8ft X 10ft galvanized steel platform structures (referred to as Firm Requirement) must be delivered to DFO/CCG Destination by no later than May 30, 2017 (Mandatory) based on an estimated contract award date of January 17, 2017. The requirement also includes the option for DFO/CCG to purchase up to ten (10) additional aluminium single pile platforms and ten (10) additional 8ft X 10ft galvanized steel platform structures with similar specifications on an as and whenrequested basis (referred to as Optional Requirement) on or before March 31, 2018 in accordance with the lead time specified by the successful Bidder in its proposal. These options will be raised as Requisition on Contracts (ROCs) in accordance with the process detailed herein, and will allow for adjustment to the firm pricing submitted e.g. due to minor design modifications requests from DFO/CCG and changes due to price adjustment in metal products. Neither the Firm Requirement nor the Optional Requirement offer exchange rate fluctuation risk mitigation. Canada is under no obligation to purchase all or part of the optional requirement stated herein. The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), and the Agreement on Internal Trade (AIT). It is the responsibility of the Bidder to ensure that all addenda issued prior to solicitation closing have been obtained and addressed in the submitted bid. Bidders intending to submit bids should obtain solicitation documents from the Government Electronic Tendering System (GETS) at https://buyandsell.gc.ca/procurement-data/tenders . Addenda, when issued, will be available on GETS. Bidders basing their submissions on solicitationdocumentsobtained from other sources do so at their own risk. For further information, please refer to the solicitation documents. This PWGSC office provides procurement services to the public in English. Delivery Date: Above-mentioned The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Trade Agreement: Agreement on Internal Trade (AIT) Tendering Procedures: All interested suppliers may submit a bid Non-Competitive Procurement Strategy: Government Objectives Representing Best Interests/Value to Govt Comprehensive Land Claim Agreement: No Vendor Name and Address: TITAN BOATS LTD. 2011 Malaview Ave. West Sidney British Columbia Canada V8L5X6 Nature of Requirements: Diving Training Vessels 1. Advance Contract Award Notice (ACAN) An 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 stated inthe ACAN, the contracting officer may then proceed with the award to the pre-identified supplier. 2. Definition of the requirement The Department of National Defence has a requirement for the supply and delivery of two (2), 30-foot aluminum capsized Diving Training Vessels (DTVs) which are to provide a realistic environment for Search and Rescue dive technicians to conduct their survivor extraction training from capsized vessels. Each vessel must come with a trailer. This requirement is linked to a previous requirement competitively tendered in 2003/2004, which resulted in the design, fabrication and supply of the original two (2) prototype Dive Training Vessels by Titan Boats. One vessel must be delivered to 424 T&R Squadron - 8 Wing Trentonin Trenton, Ontario, and the other must be delivered to 413 T&R Squadron 14 Wing Greenwood in Greenwood, Nova Scotia. 3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) The vessels must integrate with theexisting dive equipment, procedures and guidelines for survivor extraction from capsized vessels; The proposed vessel is a 30' x 10'-4" welded aluminum replica of a West Coast Gillnetter. The hull shall be a hard chine form with a V bottom. An external keel shall be fitted. A wheelhouse shall be fitted above the main deck. Hull bottom shall be 1/4" 5086 aluminum, hull sides shall be 3/16" 5086 aluminum; The vessel is suitable for operation in all climatic conditions prevailing within the area of intended operation whether by day or night in salt as well as fresh water; The vessel shall be approximately 30' in length, shall have three interior spaces. Height in wheelhouse, galley area and forward cabin shall be 6'-0". Minimum height inengine room shall be 5'-0". Wheelhouse shall have a minimum of 18" deck for walk around. Wheelhouse is to be bolted to the deck and provided with longitudinal and lateral reinforcing to resist loading and stresses related to capsizing the vessel; The vessel shall be constructed of 5086 H32 aluminum alloy; The vessel shall be equipped with buoyancy tanks and chambers to provided positive buoyancy at a transverse and longitudinal level attitude in the capsized condition. The chambers shall be located along each side of the hull as shown in the drawings and shall have a minimum of 4 separate and independent compartments per side. Each tank shall be fitted with baffles to resist the pressure of water against the tank when the vessel is capsized. The vessel shall also have water ballast tanks in the bottom to provide for positive upright stability when being launched or towed; The vessel may be trimmed to varying attitudes by the addition or removal of air/water in the buoyancy tanks and chambers. Buoyancy tanks and chambers to be fitted with stainless steel valves to permit the tanks or chambers to be flooded or drained by the introduction or release of compressed air. Vessels to be fitted with two of stainless steel right angle scuttle valves; The vessel shall have four entry points from the main deck into the hull. These shall consist of a forward hatch of 30' x 30", an aft hold hatch of 48" x 48", an aft companion door into the wheelhouse and a forward door to the wheelhouse for access to the forward deck. Ladders shall be installed for each of the entrances into the hull. Emergency hatches shall be located in the bottom of the vessel as shown on the attached drawings. Hinges for all doors and hatches shall be stainless steel; The wheelhouse shall have cut outs for windows on both sides, two windows on the forward side and one window aft beside the companion way door. All openings shall be framed with welded on split tubing around all edges. Sizes and shapes of windows shall be variable; The amidships galley compartment shall be fitted with an aluminum work counter, table and two box seats to be bolted securely into place; The wheelhouse shall be fitted with an aluminum fabricated steering console complete with asimulated non-functioning steering wheel securely attached to the console; The bulkheads shall be fitted with functioning hinged aluminum doors capable of being opened from either side to permit access to all hull compartments. Doors shall be fitted with cushioned door holders to retain the doors in the open position. The wheelhouse shall have an aft companionway door and a door in the forward face of the wheelhouse for access from the wheelhouse to the forward deck area. The forward compartmentand the engine compartment shall be fitted with watertight deck hatches with durable non-corrosive dogs to secure the hatches in place; The bottom of the hull shall be fitted with three emergency escape hatches of no less than 30" x 30" to permit escape from either of the three hull compartments. The hatches shall be held in place by a simple yet durable dogging system. The hatches shall not affect the trim or buoyancy of the hull in the inverted position when opened. The hatches and all handles,hinges and hardware shall be flush to the outside plating of the hull with no protruding parts. In addition each hatch shall be supplied with a gasket/ aluminum cover plate with perimeter stainless cap screws set at no less than 9" centres to provide additional means of preventing the ingress of water through the hatch openings. Cap screws are to thread into stainless steel helicoil type inserts in the hull plating and are to be lubricated with a suitable lubricant; Ladders or stairs shall be installed to permit access to all compartments; The vessel shall be fitted with railings and handrails to include the following: 1 perimeter deck rail of approximately 30" height with stanchions on 48" spacings, handrails around perimeter of wheelhouse at approximately 30" height, handrails beside stairs and ladders as required; The vessel shall be fitted with attachment points both inside and out for ropes, nets, etc. and shall include 8 of 10" open base weld on aluminum cleats, 10 of 2-1/2" semi-circular rings of stainless steel fitted to aft deck, 8 of 2-1/2" semicircular rings of stainless steel fitted to the deck in each interior compartment. The vessel shall also be fitted with an extension handle from the scuttle valve to the deck; The interior compartments shall each be fitted with shelves of a minimum 12" x 12" located at opposite ends of each compartment and at a height suitable for use in the capsized condition. Shelves are to be fitted with closed ends and front lip to retain items; The vessel shall be fitted with 6 of 10" weld-on aluminum cleats, a towing bitt forward and two towing bitts aft. It shall also be fitted with a bow eye with two stainless steel inserts and two transom eyes for securing the vessel to its trailer. A stainless drain plug with insert shall be fitted at the lowest point of the hull for draining the vessel when on its trailer. Additional eyes may be attached to the vessel for towing in the capsized condition; and Supply and install heavy duty marinequality waterproof covers for the wheelhouse complete with tie downs to welded on flush tie down fittings. 4. Applicability of the trade agreement(s) to the procurement This procurement is subject to the following trade agreement(s): o Agreement on Internal Trade (AIT) 5. Justification for the Pre-Identified Supplier In fiscal year 2003/04, a requirement for the prototype DTVs was competed and Titan Boats was successful in securing the contract. The objective of the requirement is to purchase two additional identical DTVs to the technical specifications and drawings already utilized for the original prototypes in order to ensure one standard of training while protecting DNDs investment. Trials on the original design and prototype were conducted resulting in a proven concept, the establishment of standard operating procedures, creation of publications, and tailoring of training to fit the DTVs. Therefore, to ensure compatibility with the existing programs and procedures at DND,DND is seeking to source this requirement through the supplier whom developed the original prototypes. 6. 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 work". 7. Exclusions and/or Limited Tendering Reasons The following exclusion(s) and/or limited tendering reasons are invoked under the Agreement on Internal Trade (AIT) Subsection 12.(a) or Article 506, Procedures for Procurement: Where only one supplier is able to meet the requirements of a procurement, an entity may use procurement procedures that are different from those described in paragraphs 1 through 10 in the following circumstances: (a) to ensure compatibility with existing products, to recognize exclusive rights, such as exclusive licences, copyright and patent rights, or to maintain specialized products that must be maintained by the manufacturer or its representative; 8. Delivery Date The vessels must be delivered on or before March 31, 2017. 9. Name and address of the pre-identified supplier Titan Boats Ltd. 2011 Malaview Avenue West Sidney, British Columbia. Canada V8L 5X6 10. 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 of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements. 11. Closing date for a submission of a statement of capabilities The closing date and time for accepting statements of capabilities is November 8, 2016 at 2:00PM Pacific time. 12. Inquiries and submission of statements of capabilities Inquiries and statements of capabilities are to be directed to: Name: Torrey Buchan Organization: Marine Acquisitions Pacific Region Public Works and Government Services Canada Address: Suite 401 1230 Government Street Victoria, BC V8W 3X4 Canada Telephone: 250-216-2092 Facsimile: 250-363-3960 E-mail: Torrey.Buchan2@pwgsc-tpsgc.gc.ca Delivery Date: Above-mentioned You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above. An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award. However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process. 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. The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page. The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Trade Agreement: Agreement on Internal Trade (AIT) Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Comprehensive Land Claim Agreement: No Nature of Requirements: Disposal of the Derelict Vessel Viki Lyne II The Canadian Coast Guard Emergency Response has a requirement for the removal of the Viki Lyne II from Ladysmith Harbour. The requirement includes removing the vessel from the marine environment, deconstructing the vessel, and disposing of all pollutants and debris in a manner compliant with all Federal and Provincial law, act, regulations and policies. Canadian Coast Guard is taking action to remove the derelict vessel under the provisions of: (i) section 41 (d) of the Oceans Act, (S.C. 1996, c. 31) and (ii) Section 180 of the Canada Shipping Act (S.C. 2001, c.26) The sourcing strategy relating to this procurement will be restricted to companies operating in Canada. The following regulations and international conventions apply: The Basel Convention, the PCB Waste Export Regulations 1996 (SOR/97-109), the Canadian Environmental Protection Act (S.C.1999, c.33), and the Export and Import of Hazardous Waste and Hazardous Recyclable Material Regulations (SOR/2005-14) Work must commence and be completed as follows: Commence: As Soon as Possible Completion: Ten weeks from date of removal from harbour location By submitting a bid, the Bidder certifies that they have sufficient material and human resources allocated or available and that the above work period is adequate to both complete the know work and absorb a reasonable amount of unscheduled work. It is the responsibility of the Bidder to ensure that all addenda issued prior to solicitation closing have been obtained and addressed in the submitted bid. Bidders intending to submit bids should obtain solicitation documents from the Government Electronic Tendering System (GETS) at https://buyandsell.gc.ca/procurement-data/tenders. Addenda, when issued, will be available on GETS. Bidders basing their submissions on solicitation documents obtained from other sources do so at their own risk. For further information, please refer to the solicitation documents. This PWGSC office provides procurement services to the public in English. Delivery Date: Above-mentioned The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
ADVANCE CONTRACT AWARD NOTICE (ACAN)
1. Advance Contract Award Notice (ACAN)
An 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 stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.
2. Definition of Requirements (Statement of Work)
The department of Natural Resources Canada (NRCan) has a requirement to…
Acquire, process and interpret seafloor and sub-bottom data (video, cores, fluid samples, sediment, conductivity, etc.) from the Beaufort continental shelf and slope at depths up to 5500m to improve the understanding of the geology and geohazards in this region (described further below).
Autonomous Underwater Vehicle (AUV) and Remotely Operated Vehicles (ROV) are required for investigations of Arctic marine geohazards in the Canadian Beaufort Sea. Contractor is required to:
1) Transport equipment and personnel to Cambridge Bay, NU to board a marine research expedition in the fall of 2016 on the Canadian Coast Guard ice breaker Sir Wilfrid Laurier;
2) Supervise and conduct ROV and AUV operations including provision of personnel and expertise for maintenance and communication links to the vessel;
3) Conduct sampling surveys with parameters (frequencies, resolution, acoustic backscatter collection and processing, survey patterns, navigation links, and post-processing routines of the AUV acoustic data) sufficiently similar to previous surveys as to allow for analysis of seabed changes.
4) Post-expedition data processing, archiving, exchange, and interpretation;
and
5) Scientific contributions to cruise report and follow-up publications.
Required specifications for AUV include: capabilities for seafloor mapping, sub-bottom sediment characterization, operation capacity to depths of over 5000m and durations of over 15 hours, with experience operating in Arctic environments.
Required specifications for ROV include: capacity to operate at depths of 1500m, suitable for operation from a vessel of opportunity with two scientific crew, high definition video capacity, a manipulator arm, a push core system, fluid sampling capabilities, on board conductivity, temperature and depth (CTD), a track point system for navigation and experience operating in Arctic environments.
Familiarity with Canadian Coast Guard operating procedures and equipment required.
3. Criteria for Assessment of the Statement of Capabilities
Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:
4. Trade Agreements
This procurement is subject to the following trade agreement(s):
Agreement on Internal Trade (AIT);
North America Free Trade Agreement (NAFTA);
World Trade Organization - Agreement on Government Procurement (WTO-AGP);
5. Justification for the Pre-Identified Supplier
We intend to deal directly with the supplier mentioned in section 11 below as; it is the only known supplier that meets the mandatory criteria set out in section 3 and can provide the services as described in section 2.
The Monterey Bay Aquarium Research Institute (MBARI) is a marine research institute dedicated to developing new tools and techniques to study the ocean. MBARI is a world leader in marine technology including equipment design, software design and post processing of marine data. MBARI has experience working collaboratively with researchers in the Arctic and on Canada’s west coast and has produced many peer-reviewed publications on this research (see below). MBARI has carried out autonomous underwater vehicle (AUV) surveys in the Beaufort Sea in the Canadian Arctic, and has developed a purpose-built remotely operated vehicle (ROV) for use in the Arctic at depths of up to 1500m.
This ROV has capacity for sediment and gas sampling, video transects, and instrument deployment and recovery (with a 70 pound instrument payload).The core vehicle is outfitted with the following suite of instruments: HD camera, scanning sonar, lasers to provide visual scale, LED lights (10,000 lumens) and CTD. A five-function manipulator arm (ECA Robotics Arm 5E) enable a sampling (rock samples, push cores, etc.). In addition, the vehicle has a removable tool sled for mission-specific payloads and sampling requirements. MBARI has conducted over 35 dives with ROVs in the Canadian Arctic.
MBARI would deploy their Dorado-class AUV for this Arctic research cruise. This unit has a seafloor mapping module, and an imaging module to characterize the sub bottom sediments. The core vehicle elements are deep-rated (the mapping AUV is 6,000 meters rated) and have been operated for as long as 20 hours. MBARI has world class experts and can deploy the personnel to operate the AUV during the fall of 2016 and process and interpret the AUV data on board the ship. The AUV was operated on board Canadian Coast Guard vessels in the Arctic on a science expedition in 2013.
Specific adaptations to the vessel and the MBARI equipment to function onboard the CCGS Sir Wilfred Laurier and to conduct specific sampling (e.g. temperature, hydrate melting and gas sampling) are already in place, from past (2013) survey operations. Previous survey parameters are part of equipment settings (frequencies, resolution, acoustic backscatter collection and processing, survey patterns, navigation links, and post-processing routines of the AUV acoustic data) to match the 2013 surveys. Familiarity and experience of both vessel and MBARI crews contribute to both safe and efficient operations. The combination of past and planned science publishing collaboration, specific capabilities of the equipment, safety and efficiency of technical operations, and the high precision reproduction of re-survey parameters that the contractor brings to the project is essential to the goals of the expedition and can only be supplied by MBARI.
Should Canada receive a statement of capabilities from a supplier that contains sufficient information to indicate that it meets the requirements set forth in this ACAN, a competitive process will be triggered with a technical and financial evaluation methodology of the bids proposed by the potential bidders
6. Exception to the Government Contracts Regulations
The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection 6(d) – “only one person or firm is capable of performing the work”.
The identified provider, The Monterey Bay Aquarium Research Institute (MBARI), is the only one able to meet all of the criteria identified in paragraph 3 above.
7. Exclusions and/or Limited Tendering Reasons
The following exclusion(s) and/or limited tendering reasons are invoked under the:
North American Free Trade Agreement (NAFTA): Article 1016.2(b)
Agreement on Internal Trade: Article 506.12(b)
World Trade Organization - Agreement on Government Procurement (WTO-AGP): Article XV.1 (b)
8. Ownership of Intellectual Property
Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
9. Contract Period
The contract period will be from date of contract award to March 31, 2017.
10. Estimated Cost
The estimated maximum value of the contract is $168,000.00 CAD inclusive.
11. Name and Address of the Proposed Contractor
Monterey Bay Aquarium Research Institute
7700 Sandholt Road
Moss Landing CA 95039 USA
12. Suppliers’ right to submit a statement of capabilities
Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a Statement of Capabilities in writing, preferably by e-mail, 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.
13. Closing Date
The closing date for a submission of a Statement of Capabilities is: July 22, 2016 at 14:00 (Pacific Daylight Time).
14. Contract Authority
Gerald Baran
Senior Procurement Officer
506 West Burnside Road
Victoria, BC
V8Z 1M5
Telephone: 250-298-2502
Email: gerald.baran@canada.ca
ADVANCE CONTRACT AWARD NOTICE (ACAN)
1. Advance Contract Award Notice (ACAN)
An 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 stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.
2. Definition of Requirements
The project deliverable (March 31st, 2016) will be a report detailing information on past climate and environmental change in the North West Territories (NWT) extracted from one or more publicly available historical sources that are relevant to the Tlicho community by one or more Tlicho community members.
The contractor is to collect, interpret, and synthesize traditional knowledge on land-use, environmental, and climate change in the Northwest Territories specific to the experiences of the Tlicho First Nation.
This contractor may use a variety of data collection methods including interviews with community members that have had direct experience with land-use, environmental, and climate change in their cultural lands. These community members may include elders, youth, and other land-users. The contractor may also use materials such as published and non-published journals, photographs, and other materials, to direct conversation with community members and collect traditional information.
3. Criteria for Assessment of the Statement of Capabilities
Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:
communicating with the Tlicho First Nation. This experience must be at least 1 year and involve the following: working with Tlicho First Nation community members to discuss, extract, and interpret their traditional knowledge. This working experience could include, for example, holding workshops of Tlicho First Nation community members and facilitating round-table discussions and documenting their communicated (orally, written) traditional accounts, extraction and interpretation of knowledge from publically available and/or private journals that are relevant to the traditional land-use of the Tlicho First Nation, and/or, use of other materials (e.g., photos, news articles) to facilitate discussions among community members and documenting their communications relevant to their traditions.
collect information from the community.
4. Trade Agreements
This procurement is subject to the Tlicho Comprehensive Land Claim Agreement.
5. Justification for the Pre-Identified Supplier
The supplier mentioned in section 10 below is the only known supplier that meets the mandatory criteria set out in section 3 above.
The Contractor is the First Nation community organization: Tlicho First Nation. This First Nation organization is best suited to complete the contract through direct and specific experiences with the Tlicho First Nation’s traditional knowledge collection and interpretation.
On Thursday, August 4, 2005, the Tlicho Agreement went into full effect, "The first official day of the Tlicho Government and the Tlicho community governments" (Tlicho Effective Date). On August 25, 2003, they signed a land claims agreement, also called Tłįchǫ, as the Tlicho Government, with the Government of Canada. The agreement is comprised of a 39,000 square kilometres (15,100 sq mi) area between Great Bear Lake and Great Slave Lake in the NWT and is under Tłįchǫ ownership. The territory includes the communities of Behchoko, Gamèti, Wekweeti and Whatì (along with Diavik Diamond Mine and Ekati Diamond Mine). The four bands, Dogrib Rae Band, Whatí First Nation, Gaméti First Nation and Dechi Laot’i First Nation and the Dogrib Treaty 11 Council, ceased to exist on August 4, 2005 and have been succeeded by the Tlicho Government (or Tåîchô Government).
Should Canada receive a statement of capabilities from a supplier that contains sufficient information to indicate that it meets the requirements set forth in this ACAN, a competitive process will be triggered with a technical and financial evaluation methodology of the bids proposed by the potential bidders
6. Exception to the Government Contracts Regulations and applicable trade agreements
The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection 6(d) – “only one person is capable of performing the work”.
The identified provider, The Tlicho First Nation, is the only one able to meet all of the criteria identified in paragraph 3 above.
7. Exclusions and/or Limited Tendering Reasons
N/A
8. Title to Intellectual property
Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor
9. Contract Period
The contract period will be from Contract Award date to March 31, 2016
10. Estimated Cost
The estimated maximum value of the contract is $47,250.00 CAD (GST inclusive).
11. Name and Address of the Proposed Contractor
Primary contact: Wendy Mantla
Manager, Research Operations and Training
Dedats’eetsaa: Tlicho Research and Training Institute
Department of Culture and Lands Protection
Tlicho Government
PO Box 412
Behchokǫ̀, NWT
Tel: 867-392-6381 ext 1310
Email: wendymantla@tlicho.com
12. Suppliers’ right to submit a statement of capabilities
“Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a Statement of Capabilities in writing, preferably by e-mail, 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.”
13. Closing Date
The closing date for a submission of a Statement of Capabilities is March 18, 2016 at 14:00 Pacific Standard Time.
14. Contract Authority
Gerald Baran
Senior Procurement Officer
506 West Burnside Road
Victoria, BC
V8Z 1M5
Telephone: 250-298-2502
Email: gerald.baran@canada.ca
ADVANCE CONTRACT AWARD NOTICE (ACAN)
1. Advance Contract Award Notice (ACAN)
An 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 stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.
2. Definition of Requirements
The project deliverable (March 31st, 2016) will be a report detailing information on past climate and environmental change in the North West Territories (NWT) extracted from one or more publicly available historical sources that are relevant to the North Slave Metis Alliance (NSMA) community by one or more NSMA community members.
The contractor is to collect, interpret, and synthesize traditional knowledge on land-use, environmental, and climate change in the Northwest Territories specific to the experiences of the North Slave Metis.
This contractor may use a variety of data collection methods including interviews with community members that have had direct experience with land-use, environmental, and climate change in their cultural lands. These community members may include elders, youth, and other land-users. The contractor may also use materials such as published and non-published journals, photographs, and other materials, to direct conversation with community members and collect traditional information.
3. Criteria for Assessment of the Statement of Capabilities
Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:
communicating with the North Slave Metis. This experience must be at least 1 year and involve the following: working with North Slave Metis Alliance community members to discuss, extract, and interpret their traditional knowledge. This working experience could include, for example, holding workshops of North Slave Metis Alliance community members and facilitating round-table discussions and documenting their communicated (orally, written) traditional accounts, extraction and interpretation of knowledge from publically available and/or private journals that are relevant to the traditional land-use of the North Slave Metis Alliance, and/or, use of other materials (e.g., photos, news articles) to facilitate discussions among community members and documenting their communications relevant to their traditions.
collect information from the community.
4. Trade Agreements
This procurement is subject to the Tlicho Comprehensive Land Claim Agreement.
5. Justification for the Pre-Identified Supplier
The supplier mentioned in section 10 below is the only known supplier that meets the mandatory criteria set out in section 3 above.
The Contractor is the First Nation community organization: The North Slave Metis Alliance. This First Nation organization is best suited to complete the contract through direct and specific experience with the North Slave Metis traditional knowledge collection and interpretation.
The North Slave Métis Alliance was endorsed by the Métis Nation of the Northwest Territories (MNNWT) as the North Slave Métis regional land claim organisation before the MNNWT was disbanded. The alliance represents Metis in Yellowknife, Rae-Edzo, Wha Ti, Gameti (Rae Lakes), Wekweti (Snare Lake), Dettah and Ndilo. The members of the NSMA hold Aboriginal rights over their traditional lands.
Should Canada receive a statement of capabilities from a supplier that contains sufficient information to indicate that it meets the requirements set forth in this ACAN, a competitive process will be triggered with a technical and financial evaluation methodology of the bids proposed by the potential bidders
6. Exception to the Government Contracts Regulations and applicable trade agreements
The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection 6(d) – “only one person is capable of performing the work”.
The identified provider, The North Slave Métis Alliance, is the only one able to meet all of the criteria identified in paragraph 3 above.
7. Exclusions and/or Limited Tendering Reasons
N/A
8. Title to Intellectual property
Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor
9. Contract Period
The contract period will be from Contract Award date to March 31, 2016
10. Estimated Cost
The estimated maximum value of the contract is $36,435.00 CAD (GST inclusive).
11. Name and Address of the Proposed Contractor
North Slave Métis Alliance
PO Box 2301
Yellowknife, NT X1A 2P7
12. Suppliers’ right to submit a statement of capabilities
“Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a Statement of Capabilities in writing, preferably by e-mail, 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.”
13. Closing Date
The closing date for a submission of a Statement of Capabilities is March 15, 2016 at 14:00 Pacific Standard Time.
14. Contract Authority
Gerald Baran
Senior Procurement Officer
506 West Burnside Road
Victoria, BC
V8Z 1M5
Telephone: 250-298-2502
Email: gerald.baran@canada.ca
Trade Agreement: NONE Tendering Procedures: If 2+ bids offer Canadian goods/services other bids will not be considered Competitive Procurement Strategy: Comprehensive Land Claim Agreement: Yes Nature of Requirements: Mountain Bike Activities - Whitehorse Cadet Training Centre For the provision of instructors to conduct and supervise mountain bike training, one two-day trip, and three five-day overnight trips in the Yukon Territory. All activities will occur between 12 July 2016 and 20 August 2016. The Contractor will be required to provide instruction, supervision, technical expertise, navigation in mountain biking and camping during training sessions, a two-day long trip, and three five-day long trips in an isolated environment in order to meet the Performance and Enabling Objectives (as detailed in solicitation document) and in accordance with the Adventure Training Safety Standards, under the direction of a CAF Member or Regional Cadet Support Unit (NW) Employee. The period of the Contract is from date of Contract to 31 August 2016, with an option to extend for one (1) additional one-year period from 01 September 2016 to 31 August 2017. More information on the mandatory evaluation criteria and basis for contractor selection is contained within the solicitation document. Delivery Date: Above-mentioned The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: Generally only one firm has been invited to bid Non-Competitive Procurement Strategy: Exclusive Rights Comprehensive Land Claim Agreement: No Vendor Name and Address: K. R. Komarek Inc. 548 Clayton Court Wood Dale Illinois United States 60191 Nature of Requirements: ROLLER PRESS BRIQUETTER 31019-154900/A Ruffell, Evan Telephone No. - (250) 363-8456 ( ) Fax No. - (250) 363-0395 ( ) Line 1, ROLLER PRESS BRIQUETTER ADVANCE CONTRACT AWARD NOTICE (ACAN) An 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. Ifno supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier. DEFINITION OF THE REQUIREMENT The National Research Council of Canada has a requirement for the supply of 01/ONE Roller Briquetter Press. The equipment must produce small batch sizes in briquette form. The equipment must be of reasonable size for a laboratory environment and have the capability to perform a range of measurements for research and development proposes. CRITERIA FOR ASSESSMENT OF THE STATEMENT OF CAPABILITIES (MINIMUM ESSENTIAL REQUIREMENTS) Any interested supplier must demonstrate by way of a statement of capabilities that its product meets the following requirements: A roller (not piston) briquetter press Size: no greater than 1.5m x 1.5m x 1.5m Production of at least 10 kg/hr Batch sizes between 200g and 1000g Must be able to measure roll force, roll torque, and roll speed. APPLICABILITY OF THE TRADE AGREEMENT(S) TO THE PROCUREMENT This procurement is subject to the following trade agreement(s); Agreement on Internal Trade (AIT) North American Free Trade Agreement (NAFTA) JUSTIFICATION FOR THE PRE-IDENTIFIED SUPPLIER K.R. Komarek Briquetting Research, Inc is the only manufacturer of small scale laboratory roller presses for research and development purposes which meets the requirements identified above. GOVERNMENT CONTRACTS REGULATIONS EXCEPTION(S) The following exception to the Government Contract Regulations is invoked for this procurement under subsection 6(d) - only one person is capable of performing the work. EXCLUSIONS AND/OR LIMITED TENDERING REASONS The following exclusion(s) and/or limited tendering reasons are invoked under the: Agreement on Internal Trade (AIT) - Article 506.12 (b) North American Free Trade Agreement (NAFTA) - Article 1016.2 (b) PERIOD OF THE PROPOSED CONTRACT OR DELIVERY DATE The product must be delivered on or before March 31st, 2016 COST ESTIMATE OF THE PROPOSED CONTRACT The estimated value of the contract is $76,000 CAD (GST/HST extra). NAME AND ADDRESS OF THE PRE-IDENTIFIED SUPPLIER K.R. Komarek Inc. 548 Clayton Ct. Wood Dale, IL 60191 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 inwriting 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. CLOSING DATE FOR A SUBMISSION OF A STATEMENT OF CAPABILITIES The closing date and time for accepting statements of capabilities is February 22nd, 2016. INQUIRIES AND SUBMISSION OF STATEMENTS OF CAPABILITIES. Inquiries and statements of capabilities are to be directed to: Name: Evan Ruffell Title: Supply Officer Public Works and Government Services Canada Acquisitions Branch Directorate: Pacific Address: 1230 Government St, Victoria Telephone: 250-363-8456 E-mail address:evan.ruffell@pwgsc-tpsgc.gc.ca Delivery Date: Above-mentioned You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above. An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award. However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process. 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. The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page. The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama Comprehensive Land Claim Agreement: No Notification Method: Source List Contract Award Procedure (Procurement Strategy): Exclusive Rights GSIN Description: Environmental Chambers and Related Equipment Quantity: 1
Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Comprehensive Land Claim Agreement: No Nature of Requirements: STEEL VEHICLE RAMPS Fisheries and Oceans Canada (DFO) has a requirement for two (2), 20-ton Heavy Steel Vehicle Ramps and one (1) 40-ton Heavy Steel Vehicle Ramp, for delivery to multiple locations within British Columbia. The ramps will be used in a marine environment to provide access for DFO vehicles to floating docks and pontoons. There exists an option to acquire an additional one (1) 20-ton and two (2) 40-ton vehicle ramps. The deliverables have multiple delivery deadlines. For more information, refer to the attached solicitation documents. This purchasing office serves the public in English. Delivery Date: Above-mentioned The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.