Important Notice: Procurement Posting Guidelines During Federal Elections

During a federal government election, it is the buyer’s responsibility to obtain proper approval prior to posting procurement activities on CanadaBuys. For more information on obtaining approval prior to posting on CanadaBuys, buyers should contact their supervisor. For technical questions regarding publications or urgent requirements regarding postings, contact the Service Desk.

Demonstration of In-Water Cleaning and Capture Systems

Solicitation number T8080-230283

Publication date

Closing date and time 2024/01/19 14:00 EST

Last amendment date


    Description

    Demonstration of in water clean and capture

    1. Description of the Requirement

    Transport Canada is taking action to safeguard Canadian waters from the introduction and spread of non-indigenous species (NIS) through marine shipping. Vessel biofouling is one of the primary vectors for the transfer and introduction of NIS into Canadian waters.

    Biofouling occurs when microorganisms, plants, algae, and animals accumulate on structures that are exposed to an aquatic environment, such as a vessel's hull. This can bring foreign species to Canadian waters or move them between ecosystems within Canada. These species can become invasive and harmful in their new habitats.

    Additionally, biofouling can increase a vessel's drag, which leads to higher operating costs, fuel consumption, greenhouse gas emissions, and underwater noise. Since biofouling begins to develop within hours of a vessel entering the water, all vessels have the potential to transport NIS. A vessel’s level of biofouling is affected by many factors including the condition and type of anti-fouling system (AFS), season, mooring time, vessel speed, recent travel history, and water salinity levels and temperature.

    Biofouling can be managed by cleaning a vessel in-water. However, it is important to note that cleaning a vessel in-water can also release organisms and contaminants into the environment. In-water cleaning with capture capability can help reduce this environmental risk.

    The request for proposal will award contract(s) for project(s) that will demonstrate in-water cleaning with capture of commercial vessels with the application of various IWCC systems and report results to Transport Canada.

    This Statement of Work (SOW) outlines the requirements and scope of work to be performed and the expected deliverables. The work defined within this SOW may require the collaboration of various partners (e.g., vessel owners/operators, divers, technology providers, etc.) to achieve the objectives and outcomes

    2. Period of the Contract

    The project must be completed with two years of the contract(s) award.

    3. Applicable Trade Agreements

    Canada Free Trade Agreement(CFTA), Canada-Chile Free Trade Agreement, Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), Canada-Colombia Free Trade Agreement, Canada-European Union Comprehensive Economic and Trade Agreement (CETA), Canada-Honduras Free Trade Agreement, Canada-Korea Free Trade Agreement, Canada-Panama Free Trade Agreement, Canada-Peru Free Trade Agreement, Canada-Ukraine Free Trade Agreement, Canada-United Kingdom Trade Continuity Agreement, World Trade Organization-Agreement on Government Procurement (WTO-GPA)

    4. Good and Services Identification Number (GSIN)

    B219A Other Engineering Studies

    5. Security Requirement:

    There are no security requirements

    6. Contracting Authority

    Louise Curtis
    Procurement Specialist
    Transport Canada
    275 Sparks Street
    Ottawa, ON K1A 0N5
    Tel: 343-571-8834
    E-mail: louise.curtis@tc.gc.ca

    Contract duration

    The estimated contract period will be 24 month(s).

    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

    Partner with another business

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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.

    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
    Transport Canada
    Address

    330 Sparks St

    Ottawa, Ontario, K1A 0N5
    Canada
    Contracting authority
    Louise Curtis
    Phone
    (343) 571-8834
    Email
    louise.curtis@tc.gc.ca
    Address

    330 Sparks St

    Ottawa, Ontario, K1A 0N5
    Canada
    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.

    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
    Canada
    Region of opportunity
    Canada
    Contract duration
    24 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: