Requirement for Services in three (3) Nisga’a Treaty Area Locations (Winter Inlet, Nasoga Gulf and Observatory Inlet) to Provide Biotoxin Monitoring Program from September 7th, 2017 to March 31, 2018.

Status Awarded

Contract number FP802-170158

Solicitation number FP802-170158

Publication date

Contract award date

Contract value

CAD 49,953.00

    Description

    This contract was awarded to:

    Nisga’a Lisims Government

    ADVANCED CONTRACT AWARD NOTICE

    TITLE: Requirement for Services in three (3) Nisga’a Treaty Area Locations (Winter Inlet, Nasoga Gulf and Observatory Inlet) to Provide Biotoxin Monitoring Program from September 7th, 2017 to March 31, 2018.

    INTRODUCTION:

    The Department of Fisheries and Oceans Canada has a requirement for the provision of harvest opportunities for intertidal bivalves for members of the Nisga’a First Nation in those areas identified in the Nisga’a Final Agreement. The purpose of this Advance Contract Award Notice (ACAN) is to signal the government's intention to award a contract for a marine biotoxin monitoring program to facilitate safe and legal bivalve harvesting to Nisga’a Lisims Government (NLG). Before awarding a contract, however, the government would like to provide other suppliers with the opportunity to demonstrate that they are capable of satisfying the requirements set out in this Notice, by submitting a statement of capabilities during the 15 calendar day posting period.

    If other potential suppliers submit a statement of capabilities during the 15 calendar day posting period that meet the requirements set out in the ACAN, the government will proceed to a full tendering process on either the government's electronic tendering service or through traditional means, in order to award the contract.

    If no other supplier submits, on or before the closing date, a statement of capabilities meeting the requirements set out in the ACAN, a contract will be awarded to the pre-selected supplier.

    Background:

    The Department of Fisheries and Oceans Canada, Ecosystems and Fisheries Management, North Coast has a requirement to provide funding for a marine biotoxin monitoring program for the intertidal bivalve harvest areas that are described in the Nisga’a Final Agreement that meets the monitoring requirements set out by the Canadian Shellfish Sanitation Program (CSSP). This monitoring program, in addition to other CSSP requirements, will ensure safe access for the Nisga’a First Nation to one of their traditional food sources.

    The work will involve the following: Monitoring stations will be set up in pre-defined areas as agreed to by NLG and DFO, in consultation with the Canadian Food Inspection Agency (CFIA) who is the Federal Agency responsible for the marine biotoxin monitoring program. Each monitoring station will consist of an anchor attached to a nylon rope equipped with a Styrofoam buoy provided by CCG. Pacific blue mussels (Mytilus edulis) will be hung from the buoy in bunches contained in vexar plastic netting. Additional shellfish samples taken from harvest beaches may include: Native littleneck clam (Protothaca staminea), Butter clam (Saxidomus gigantea) and Nuttall’s cockle (Clinocardium nuttallii). Mussels will be given an initial soak period of at least two weeks. Mussel samples will be collected continuously once per week from September 1 to October 31, and once every two weeks from November 1 to March 15. One sample will be collected at each station on each trip. In order to have an area opened for FSC harvest, three clean mussel samples must be submitted a week apart, over a minimum period of 14 days (Day 0, day 7 and day 14), along with a clean sample of the target food species also submitted on the third week. Once CFIA has determined that all samples are acceptable with regards to marine biotoxin levels, DFO will open the area for food, social and ceremonial (FSC) harvest. The opening will be maintained with regular mussel sample submissions; any deviation from the established schedule will result in a closure of the harvest area (s) and additional samples will be required to re-open the area (s).

    Response:

     Suppliers who consider themselves fully qualified and available to provide the services described herein, may submit a Statement of Capabilities in writing to the Contracting Officer identified in this Notice (See below) on or before the closing date. The Statement of Capabilities must clearly demonstrate how the supplier meets the requirement described herein.

     The closing date and time for accepting written statements of capabilities challenging this requirement, is September 6, 2017 at 2p.m. (EST). As it is intended to proceed in a timely manner, responses received after the closing date will not be considered.

    Inquiries and statements of capabilities are to be directed to:

    Grace Chau

    Contracting Officer

    Procurement Hub – Ottawa Office
    Telephone: (613) 993-8935
    Facsimile: (613) 991-1297
    E-mail: Grace.Chau@dfo-mpo.gc.ca

     Statement of Capabilities received on or before the closing date will be considered solely for the purpose of deciding whether or not to conduct a competitive procurement. Information provided will be used by DFO for technical evaluation purposes only, and will not to be construed as a proposal. Your written Statement of Capabilities must provide sufficient evidence that demonstrates it is capable of fulfilling the Fisheries and Oceans-North Coast, Resource Management(Sector)’s requirement. Suppliers who submit a Statement of Capabilities prior to the closing date and time will be notified in writing as to the Department’s decision whether it will continue with the aforementioned procurement, or proceed to a full bid solicitation process.

     Should you have any questions concerning this requirement, please contact the identified Contracting Officer. The DFO 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. Documents may be submitted in either official language of Canada.

    Business address
    Fisheries and Wildlife Department
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • F020A - Animal Control Services - Trap and Remove Animals From Populated Areas
    Contact information

    Contracting organization

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Contracting authority
    Chau, Grace
    Phone
    613-993-8935
    Address
    200 Kent Street
    Ottawa, ON, K1A 0E6
    CA

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Date modified: