Installation, Removal and Servicing of Aids to Navigation in the province of Prince Edward Island
Solicitation number 30003440
Publication date
Closing date and time 2023/05/23 14:00 EDT
Last amendment date
Description
PLEASE REFER TO ADDENDUM NO.01 WHICH CONTAINS QUESTIONS/ANSWERS RELATIVE TO THIS OPPORTUNITY
This requirement is for the department of Fisheries and Oceans Canada.
TITLE: Installation, Removal and Servicing of Aids to Navigation in the province of Prince Edward Island.
COMPREHENSIVE LAND CLAIMS AGREEMENTS
None are applicable
INTRODUCTION
The Canadian Coast Guard (CCG) requires services related to placing, lifting, removing, maintaining, and servicing buoys through local contractors.
OBJECTIVES OF THE REQUIREMENT
The Canadian Coast Guard, Marine Navigation Services establishes aids to navigation that assist vessels in navigating safely through our waterways. The program benefits pleasure craft, fishing, and commercial vessels and ensures the public's right to navigate. Canadian Coast Guard Navigation Programs is mandated to keep waters accessible by providing aids to navigation, developing waterways, and protecting navigable waters.
The Contractor must place, lift, remove, maintain, and service the buoys listed in the tables of Attachment 1 to Annex A.
SCOPE OF WORK:
In Summary, the Contractor must:
3.1 Provide their own vessel to complete this requirement.
3.2 Inspect all buoys once a year.
3.3 Place buoys on position in accordance with navigational requirements using GPS when required;
3.4 Maintain buoys on position and in operation;
3.5 Change lanterns as required.
3.6 Lift, remove, place, store or change buoys as required.
3.7 Complete Buoy Service Reports as required.
MANDATORY TECHNICAL CRITERIA:
M1 The Bidder MUST provide, with its Technical bid a copy of a Transport Canada Inspection Certificate: For a Vessel Exceeding 15 Tons Gross Tonnage But Not Exceeding 150 Gross Tonnage Plying As A Non-Passenger Vessel clearly indicating Workboat as vessel type
OR
A letter of Confirmation of Participation in the Small Vessel Compliance Program (Non-Pleasure Craft) (SVCP) for vessels up to 15 Gross Tons. Fishing vessels cannot be considered, proof that the vessel is a workboat is also required with the Technical Bid.
Bidders may bid on any or all locations described in the tables included in Attachment 1 to Annex A. Canada reserves the right to award multiple contracts resulting from this RFP. No more than one contract will be issued per location. Contractors could be awarded a contract for provision of services for one or multiple locations. Each location will be evaluated individually.
LOCATION OF WORK:
Province of Prince Edward Island
CONTRACT PERIOD:
July 01, 2023 to June 30, 2025.
OPTION TO EXTEND THE CONTRACT
The Contractor grants to Canada the irrevocable option to extend the term of the Contract by up to two (2) additional one (1) year periods under the same conditions. The Contractor agrees that, during the extended period of the Contract, it will be paid in accordance with the applicable provisions as set out in the Basis of Payment.
Canada may exercise this option at any time by sending a written notice to the Contractor at least 10 calendar days before the expiry date of the Contract. The option may only be exercised by the Contracting Authority, and will be evidenced for administrative purposes only, through a contract amendment.
TRAVEL AND LIVING EXPENSES:
Canada will not pay any travel or living expenses associated with performing the Work.
SECURITY REQUIREMENTS:
There are no security requirements associated with this requirement.
CONTRACTING AUTHORITY:
Larry Hotte
Procurement Specialist (Consultant)
Fisheries and Oceans Canada
Procurement Services and Procurement Hub
Procurement Hub NCR
PH : (343) 548-5760
E-mail: Laurent.Hotte@dfo-mpo.gc.ca
Contract duration
The estimated contract period will be 24 month(s), with a proposed start date of 2023/07/01.
Trade agreements
-
North American Free Trade Agreement (NAFTA)
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Canada-Chile Free Trade Agreement (CCFTA)
-
Canada-Peru Free Trade Agreement (CPFTA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Panama Free Trade Agreement
-
Canada-Honduras Free Trade Agreement
-
Canada-Korea Free Trade Agreement (CKFTA)
-
Canadian Free Trade Agreement (CFTA)
-
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
-
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
-
Canada-Ukraine Free Trade Agreement (CUFTA)
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
Businesses interested in partnering for this tender opportunity:
Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.
Contact information
Contracting organization
- Organization
-
Fisheries and Oceans
- Address
-
200 Kent Street
Ottawa, Ontario, K1A 0E6Canada
- Contracting authority
- Larry Hotte
- Phone
- (343) 548-5760
- Email
- Laurent.Hotte@dfo-mpo.gc.ca
- Address
-
200 Kent Street
Ottawa, Ontario, K1A 0E6Canada
Bidding details
Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
Solicitation 30003440 - Addendum 01-Addenda 01.pdf | 001 |
English
and
French
|
5 | |
30003440 - RFP_Buoys PEI_Eng_final.pdf | 001 |
English
|
15 | |
30003440 - RFP FR_final.pdf | 001 |
French
|
2 | |
30003440 Attachment 1 to Annex A - Locations (1).zip | 001 |
English
and
French
|
42 |
Access the Getting started page for details on how to bid, and more.