SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

Collection and estimation of underwater biofouling of commercial vessels

Status Awarded

Contract number 4500053773

Solicitation number 30004874

Publication date

Contract award date


    Description

    This contract was awarded to:

    Dominion Diving Limited

    Background

    Biofouling is the process by which organisms accumulate on surfaces submerged in water, such as ship hulls. This phenomenon can have significant ecological and economic impacts, as it can facilitate the spread of non-native species, alter marine ecosystems, and increase fuel consumption and emissions of ships. Commercial ships are particularly suitable for sampling biofouling organisms, as they travel to different parts of the world, often stopping at ports and other aquatic environments that may harbor unique assemblages of species. Existing biofouling datasets are small, older and present data gaps relating to vessel type, antifouling techniques and methodologies and transit pathing. In order to better anticipate potential high risk commercial ship arrivals and to help inform the development of strategies to prevent or mitigate its negative effects on marine ecosystems and shipping operations, the collection of biological samples and measurements of percent coverage of fouling organisms on the vessel hull and niche areas of commercial ships in high traffic Canadian ports on the East (i.e., Halifax, NS) and West coast (i.e., Vancouver, BC), is needed.

    Objective
    The goal of this contract is to secure technical diving services experienced in and capable of collecting underwater video, photos and physical scrapings of biofouling organisms on commercial ships in major Canadian ports, namely Halifax and Vancouver.

    Scope of Work
    To achieve representative biofouling measurements for each ship sampled for biofouling, an estimate of percent coverage will be developed by Fisheries and Oceans Canada. For each ship, hull and niche area scrapings of biological materials must be collected by a team of technical divers experienced in commercial ship surveys and sampling. Underwater video and photos must be taken and provided when conditions allow, otherwise a written description of the conditions should be provided by the divers. Using discrete estimates (i.e., measurements kept separate for each part) made by the divers and based on the video footage of percent coverage of the entire area of the hull, of the sampled quadrats, and of the niche areas (including propeller, rudder, stern tube, bow thruster, sea chests), Fisheries and Oceans can then produce ship wide percent coverage estimates.

    The work is to be completed within the Halifax Port Authority, NS. and Vancouver Fraser Port Authority.

    The contractor shall provide a surface-supplied dive team (minimum of 4 persons, including dive supervisor; i.e., diver supervisor, diver, stand-by diver, and tender), capable of completing the dive set-up, ship lock out, survey (collect video footage, images) and sample collection (scraping of marine growth) within approximately 8 hours. The contractor shall provide all necessary diving and safety equipment, and shall arrange for use of a dive boat, as required.

    Comprehensive Land Claims Agreement
    This procurement is not subject to any Comprehensive Land Claims Agreement

    Security Requirement
    No Security clearance required, escort required at DFO sites.

    Period of Contract
    The period of contract is from date of Contract award to June 30, 2024 inclusive with 2 (two) additional option periods of 1 (one) year each.

    Intellectual Property
    The Department of Fisheries and Oceans Canada has determined that any intellectual property rights arising from the performance of the Work under the resulting contract will belong to Canada, for the following reasons, as set out in the Policy on Title to Intellectual Property Arising Under Crown Procurement Contracts:

    The main purpose of the Crown Procurement Contract, or the deliverables contracted for, is to generate knowledge and information for public dissemination

    Trade Agreements
    The requirement is subject to the Canada-Chile Free Trade Agreement (CCFTA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), Canada-European Union Comprehensive Economic and Trade Agreement (CETA), Canada-Colombia Free Trade Agreement, Canada-Peru Free Trade Agreement (CPFTA), Canada-Panama Free Trade Agreement, Canada-Korea Free Trade Agreement (CKFTA), Canada–Ukraine Free Trade Agreement, Canada-Honduras Free Trade Agreement, Canada Ukraine Free Trade Agreement, Canada-United Kingdom Trade Continuity Agreement, World Trade Organization–Agreement on Government Procurement (WTO-GPA), and the Canadian Free Trade Agreement (CFTA).

    Business address

    7 Canal Street

    Dartmouth, Nova Scotia, B2Y 2W1
    Canada
    Notice type
    Request for Proposal
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Region(s) of delivery
    Halifax

    Contract duration

    The contract will be for a period of 9 month(s), from 2023/09/18 to 2024/06/30.

    Commodity - UNSPSC

    • 81151806 - Underwater exploration

    Trade agreements

    • Please refer to tender description or tender documents

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None
    Contact information

    Contracting organization

    Organization
    Fisheries and Oceans Canada
    Address

    200 Kent St

    Ottawa, Ontario, K1A 0E6
    Canada
    Contracting authority
    Mazen Obeid
    Phone
    (613) 299-2564
    Email
    mazen.obeid@dfo-mpo.gc.ca
    Date modified: