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
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 0N5Canada
- Contracting authority
- Louise Curtis
- Phone
- (343) 571-8834
- Email
- louise.curtis@tc.gc.ca
- Address
-
330 Sparks St
Ottawa, Ontario, K1A 0N5Canada
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 |
---|---|---|---|---|
T8080-230283 - RFP amdt 005 EN.pdf | 001 | EN | 24 | |
T8080-230283 - RFP amdt 005 FR.pdf | 001 | FR | 0 | |
T8080-230283 - RFP amdt 004 EN.pdf | 001 | EN | 14 | |
T8080-230283 - RFP amdt 004 FR.pdf | 001 | FR | 0 | |
T8080-230283 - RFP amdt 003 EN.pdf | 001 | EN | 13 | |
T8080-230283 - RFP amdt 003 FR.pdf | 001 | FR | 0 | |
T8080-230283 - RFP amdt 002 EN.pdf | 001 | EN | 25 | |
T8080-230283 - RFP amdt 002 FR.pdf | 001 | FR | 1 | |
T8080-230283 - RFP documents - English.pdf | 001 | EN | 98 | |
T8080-230283 - RFP Documents - French.pdf | 001 | FR | 6 | |
T8080-230283 - Annex A Reference 2 - 2023 Revised Biofouling Guidelines (English).pdf | 001 | EN | 26 | |
T8080-230283 - Annex A Reference 2 - 2023 Directives révisées sur l'encrassement biologique (French).pdf | 001 | FR | 1 | |
T8080-230283 - RFP amdt 001 ENG.pdf | 001 | EN | 36 | |
T8080-230283 - RFP amdt 001 FR.pdf | 001 | FR | 2 |
Access the Getting started page for details on how to bid, and more.