Alaksen National Wildlife Area Transition to Organic Farming – Research, Trials, and Planning

Solicitation number 5000076341

Publication date

Closing date and time 2024/04/12 18:00 EDT

Last amendment date


    Description

    Background:

    The ecological management plan at the Alaksen National Wildlife Area (ANWA) is unique and as such, it provides a diverse set of challenges for successful and ecologically-sound agricultural production within the wildlife area. ANWA is one of a few wildlife reserves in North America that utilize agricultural production to provide habitat. This site however, is a particularly challenging location for agricultural production given the climate, soils, and drainage. ANWA farmers are now being asked to eliminate the use of conventional pesticides and other deleterious practices (i.e. utilize organic-regenerative methods), which introduces additional complexities/challenges for farming at this site. Resident farmers are hesitant to adopt organic-regenerative farming methods due to concerns of viability (i.e., economic and methodological). This indicates a clear need to provide ANWA managers and farmers scientific guidance on how best to address the challenges of farming ANWA lands using organic-regenerative methods in ways that also support the wildlife habitat provision objectives of the wildlife area.
    Over the last four farming seasons agricultural scientists have evaluated the particular conditions and challenges impacting crop production at ANWA, as well as the crop rotation. They have conducted small-plot level studies to determine the feasibility of utilizing organic-regenerative farming methods. ANWA farmers have been apprised of the results, they are increasingly receptive, and their reticence is softening. However, the challenge remains to demonstrate organic-regenerative production at the farming system-level, including comparing it to (currently employed) conventional methods. To do so requires a whole field study over multiple growing seasons (minimally three, optimally five, given the ANWA rotation scheme). This Contract delineates research approaches to address full agriculture systems comparison research and the issues and questions facing ANWA agriculture. This Contract will build and expand on the previous knowledge base we have established which will guide the transition to organic-regenerative farming and the ANWA Wildlife Area agriculture management plan.
    Background information generated via research over the last four years provides an understanding of the overall management goals and conventional approaches in ANWA, the challenges farmers face, the unique environmental conditions, and the potential efficacy of organic-regenerative agriculture production methods at ANWA. Previous works completed includes an in-depth baseline assessment to better understand the relationship between farming activities and wildlife habitat provision within ANWA, and potential options to improve farming and ecological outcomes. This included an extensive literature review, interviews with farmers, and a preliminary analysis of bird survey data collected by Canadian Wildlife Service (CWS). A number of challenges to agriculture were identified in this report including: the limited production season, poor soil drainage, the impact of hedgerows on ditch maintenance and microclimates and the impact of birds on cover-crops and grass forages.
    Following the baseline assessment, a wide-ranging suite of projects to address ANWA farming challenges in more detail was conducted. These projects include data analysis of bird and crop interactions; baseline data of micro-climatic conditions in production fields of ANWA compared to nearby fields; identification of long-term drainage solutions; development of a drainage plan that accounts for potential changes in water table, precipitation, and salt wedge; evaluation of the current status of soil workability, water holding capacity and salinity across the agricultural fields; evaluation of organic insect management and weed management alternatives; development and evaluation of alternative organic fertility regimes; investigation of alternative crops and their market potential, and an evaluation of alternative cover cropping approaches.
    All of these projects have addressed component pieces of an agricultural system preparing for the necessary research to address full production system comparisons. Building off the significant effort that has gone into the understanding of the agroecological production challenges we have developed a research plan to undertake a systems approach to guide a transition to a more productive and ecologically based agriculture system that meets the goals of both ANWA’s managers and farmers.

    Objectives:

    To provide the CWS and the ANWA farmers with an analysis of options for agricultural management within the reserve that fosters an effective and efficient transition to methods best aligned with CWS management objectives and mandate.

    Work Location:

    Alaksen NWA is located at 5421 Robertson Road in Delta, BC.; V4K 3N2.

    Term of Contract:

    Period of the Contract:

    The period of the Contract is from date of Contract to March 31, 2025 inclusive.

    Option to Extend the Contract:

    The Contractor grants to Canada the irrevocable option to extend the term of the Contract by up to three (3) 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 fifteen (15) 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.

    Contract duration

    The estimated contract period will be 11 month(s), with a proposed start date of 2024/04/26.

    Trade agreements

    • 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)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)

    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

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Environment and Climate Change Canada
    Address

    867 Lakeshore Road

    Burlington, Ontario , L7S 1A1
    Canada
    Contracting authority
    Heidi Noble
    Phone
    (289) 348-2015
    Email
    heidi.noble@ec.gc.ca
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    English
    21
    001
    French
    2

    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    Region of opportunity
    World
    Contract duration
    11 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: