Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, July 12, 7:00 pm until July 13, 12:30 pm (Eastern Time)

Laurentian Channel Ground-truthing Project

Solicitation number F5211-130193

Publication date

Closing date and time 2013/10/07 14:00 EDT


    Description
    The Oceans Division is working towards the creation of a benthic habitat map for the Laurentian Channel Area of Interest (AOI),   to describe the biophysical and ecological characteristics of the area. In support of this goal, multibeam echo sounder (MBES) survey data has been gathered for priority areas.  
    
    For this contract the processed MBES data layers (to be provided by Oceans Division NL region) must be classified using multispectral and/or conventional interpretation methods to generate a segmented map of the survey area (Figure 1).  This output will be used to develop a sample site plan which will be the basis for the second part of this contract, the ground-truthing field survey.  This survey will involve the collection and processing of underwater video and seabed photographs, as well as the collection of sediment/infaunal grab samples (to be processed at a later date).
    
    The resulting data collected as part of this contract will be a major component in the future creation of benthic habitat mapping products including a final ‘Benthoscape’ for the Laurentian Channel.
    
    
    Figure 1 Laurentian Channel Multibeam Coverage (Approx 13,000 km2)
     .
    
    Requirements:
    
    Part 1  Development of segmented survey map and design of a sample site plan for collecting data (photographic/video, grain size and infauna).
    
    Work Task 1.  Segmented Survey Area Map
    The processed MBES data layers must be classified using multispectral analysis methods and/or conventional interpretation methods (depending on data quality) to generate a segmented map of the survey area.  This analysis will produce an optimal number of acoustic classes as the basis for the sample site plan.
    
    Deliverable: A segmented map of the survey area based on existing processed MBES data layers giving an optimal number of benthic acoustic classes in ArcGIS 10.0 compatible Shapefile format.
    
    Work Task 2.  Design of a sample site plan for data collection
    Develop a sample site plan based on the acoustic segmentation of previously collected MBES derived layers derived in Task 1.  This component must define a minimum number of ground-truthing stations.  Additional stations may be required in the case of complex topography.
    
    Deliverables:  
    Ground-truth sample site design, including ArcGIS 10.0 compatible Shapefile.   The ground-truthing density must be appropriate for the topography of the study area based on data obtained from previous DFO MBES surveys
    
    	 Comprehensive metadata for spatial data products
    
    Part 2  Field Surveys
    
    Work Task 3.  Collection and processing of underwater video and seabed photographs
    
    Collection of photographic and video ground-truthing data through the deployment of a towed camera system.  Short, underwater camera and video surveys must be conducted at sampling stations spaced at an appropriate density for the topography within the study area, with additional sample stations strategically placed to investigate features of particular interest.  Each transect must collect approximately 15 minutes of data at speeds of approximately 1 nm/hr. Transects must cover a distance of approximately 200-500 m of seafloor at an altitude of 1-2 m above the seabed. In addition to video footage, approximately 40-60 accurately geo-referenced seafloor photographs must be collected during each transect. The camera system must include, but is not limited to, the following specifications:
    
    •	system must be rated for use in water depths up to approximately 500 m; 
    •	altimeter, and pitch and roll sensors; 
    •	the survey vehicle must have appropriate light field illumination;
    •	lasers (set at a known spacing) in the downward facing camera are required for scaling and surface area calculations;
    •	minimum resolution of photographs should be 10 mega pixels; and
    •	Image view of the video camera should be approximately 1 m in width.
    
    The proponent must identify the make of the camera(s), the configuration of the towed system, the video and photographic recording medium/system to be used, the photographic camera lens configuration, and specify how camera position encoding will be performed. If back-up camera systems/replacement parts are available, this must also be specified.  
    
    Sampling stations must be distributed across the study area, and locations must be refined based on discussions with DFO and a review of the preliminary sample survey plan.  On-the-water adjustments may also be required to optimize the sample site selection in real-time.  
    
    Deliverables: 
    Georeferenced digital photographs and video footage provided in native format (i.e., *.jpg, *.avi) and at the resolution at which it was collected.  
    
    Photographs must include corrected (real world) camera positions in the file headers (and/or include this information in a data table).
    
    Video must include corrected (real world) camera positions audio encoded on the right channel in the form of a GPGGA NMEA string or a pre-described equivalent. 
    
    Video camera CCD dimensions and camera attitude data, including altitude, pitch and roll must also be provided.
    
    Navigational and station keeping data (all ship and real world positions, station number, geographic location, date, time, start and end time/location of transect line, etc.) must be processed into an organized file structure or MS Access 2010 database.
    
    
    
    Work Task 4.  Collection of sediment/infaunal grab samples (to be processed at a later date)
    
    Collection of grab samples from a subset of the sampling stations (i.e., where time and substrate types permit) for benthic infaunal analysis, using sampling gear specially designed for the collection of samples from a mix of substrata (i.e. gravel, pebble, mixed sediments, coarse sand etc.).  
    
    Expected sample size is approximately 60 stations for benthic infaunal analysis plus replicate sampling of approximately 10 stations (for a total of approximately 70 stations).  A digital surface photograph will be taken of all samples collected, and the volume of sediment for each grab sample will be recorded. Samples will be sieved and prepared for storage for future analysis. Storage of seabed samples will be discussed with the contractor (samples may be delivered to DFO for long term storage, or temporarily stored at the contractor’s facility, depending on space availability).
    
    
    Deliverables:
    Seabed samples collected for benthic infaunal analysis at 60 of the stations within the study area.  
    
    A detailed report on the methods used in the various analyses.
    
    
    Proposal:
    
    A technical and cost proposal is required from the Contractor. Proposals must address the requirements of the Statement of Work and the Evaluation criteria. The contractors’ proposal must demonstrate that they have the ability and technical resources to conduct the proposed work, including:
    
    	Suitable vessels for offshore fall/winter surveys
    Suitable underwater camera system
    Suitable seabed sampling equipment
    Qualified and experienced project leader and support team
    
    
    Contract period: 
    
    Date of award to 31 March 2014 
    
    DFO Oceans must receive a copy of all the processed data, backscatter mosaics, map layers and reports by March 31, 2014. 
    
    
    Tender Packages:
    
    To receive complete tender package, please contact Kimberly Walker at kimberly.walker@dfo-mpo.gc.ca  
    
    Inquiries: Direct all bidding and contract questions to Kimberly Walker at kimberly.walker@dfo-mpo.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Agreement on Internal Trade (AIT)

    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
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Contracting authority
    Walker, Kimberly
    Phone
    506-452-3624
    Fax
    506-452-3676
    Address
    1350 Regent Street
    Fredericton, NB, E3B 5P7
    CA

    Buying organization(s)

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

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    English
    18
    French
    4

    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

    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: