Vessel Charter for Scientific Survey in the Gulf of the St. Lawrence

Solicitation number F5211-160149

Publication date

Closing date and time 2016/05/19 13:00 EDT


    Description

    Title: Vessel Charter for Scientific Survey in the Gulf of the St. Lawrence

    1. ACAN

    AnACANis a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in theACAN, on or before the closing date stated in theACAN, the contracting officer may then proceed with the award to the pre-identified supplier.

    2. Definition of requirement

    The Department ofFisheries and Oceans has a requirement toconduct a scientific survey to take place from May 30, 2016 to June 27, 2016 (approximately 30 days) to align with biological and physical oceanographic conditions as well as collect biological samples and information on certain species of pelagic fish in the Saguenay river, Estuary and the whole Gulf of St Lawrence, including Cabot Strait, Belles-Isles Strait, Jacques-Cartier Strait and Southern Gulf with Rimouski as departure and destination port.This work requires chartering a research ship of 50 metres length or longer that is capable of remaining at sea for 14 days or longer, working 24 hours per day, accommodate 13 scientific staff from DFO, have or be able to be equipped with equipment to deploy and retrieve scientific instruments and sampling nets. The ship will be supplied with DFO instruments (freezer 3’ x 2’ x 2’, 120V, 15 Amp; 2 winches (1)- 460V 3 phases, 30 Amp and 2) 240V 1 phase, 20 Amp)). Two deckmans will be required to operate winchs and hyabs during station operations.

    3. Criteria against which the statement of capabilities submitted by potential suppliers will be assessed.

    • A winch and a mechanical arm ("Hiab" or A-frame) to launch and retrieve the oceanographic rosette (supplied by DFO). Also need enough working space on deck for handling the rosette before launching and following his recovery.
    • A mechanical arm (Hiab) to deploy and recover our zooplankton nets (Jack-net, V-Net and Bongo) on one side of the ship (port or starboard) or on stern. DFO will provide 2 electric winches with electromechanical cable to be used to manipulate these nets. Our two winches have to be set one near the other on a steel base (bolts or welding).
    • A mechanical arm or better A-frame on the stern for our large moorings. We will use one of our two winches whose base is pivotal.
    • A mechanical arm on the side of the ship for launching smaller moorings and recovery of same. It may be the same as that used for zooplankton nets.
    • A working deck space (20’ x 20’) (for manipulation with upgrades to sample and mooring recoveries.
    • A deck space for storage of a scientific buoy Viking. And we need a mechanical arm (same as for nets) for its launching.
    • Laboratory space for sample processing 2x(20’ x 8’).
    • space for storing our equipment boxes (10 xactics (4’ x 4’ x 4’)) + space for one buoy (7,5’ x 10,5’).
    • seating area in the wheelhouse for 3 biologists to observe whales and birds each day throughout the daylight period.
    • The acoustic/sonar system of the ship to assess the abundance of zooplankton. (This must be calibrated by our staff.)
    • accommodations for 13 scientists including the head of mission.
    1. Trade Agreements:

      Applicability of the trade agreement(s) to the procurement. This procurement is subject to the following trade agreement(s):

      Agreement on Internal Trade (AIT)
      World Trade Organization - Agreement on Government Procurement (WTO-AGP)
      North American Free Trade Agreement (NAFTA)

      5. Procurement Strategy for Aboriginal Business (PSAB).

      Not applicable.

      6. Comprehensive Land Claims Agreements (CLCAs).

      Not applicable.

      7. Justification for the Pre-Identified Supplier

      At this time, REFOMAR is the only company capable during this period with the ship of the size, at-sea capability, equipment handling capability, and scientific crew accommodation capability needed for this DFO scientific survey.

      8. Government Contracts Regulations Exception(s)

      The following exception to the Government Contracts Regulations is invoked for this procurement under subsection

      subsection 6(d) - only one person is capable of performing the work.

      9. Exclusions and/or Limited Tendering Reasons

      The following exclusion(s) and/or limited tendering reasons are invokedunder the section of the trade agreement(s) specified:

      North American Free Trade Agreement (NAFTA) – Article(s)1001.b V- Transportation, travel, and relocation services – V101 Marine Charter for things.

      10. Ownership of Intellectual Property.

      Not applicable

      11. The period of the proposed contract or the delivery date(s):

      The Vessel must be available for chartering for the dates of May 30, 2016 to June 27, 2016 to align with sensitive biological conditions in the Gulf.

      12. A cost estimate of the proposed contract

      The estimated value of the contract, including option(s), is$700,000+(GST/HSTextra).

      13. Name and address of the pre-identified supplier:

      Name: Reformar
      Address: 310 Ursulines road, Rimouski, Quebec, G5L 3A1

      14. Suppliers' right to submit a statement of capabilities

      Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in theACAN, may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

      15. The closing date for a submission of a statement of capabilities.

      The closing date and time for accepting statements of capabilities isMay6,2016 at 2:00p.m.EST)

      16. Inquiries and submission of statements of capabilities

      Inquiries and statements of capabilities are to be directed to:

      Name: Jennifer Beamish, A/Team Lead, Procurement and Contracting Services

      Address: 301 Bishop Drive, Fredericton, New Brunswick, E3C 2M6

      Telephone: 506-452-3800
      Facsimile: 506-452-3676
      E-mail: DFOtenders-soumissionsMPO@dfo-mpo.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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
    Beamish, Jennifer
    Phone
    506-452-3800
    Address
    301, Bishop Drive
    Fredericton, NB, E3C 2M6
    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
    000
    English
    22
    000
    French
    6

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Quebec (except NCR)
    Region of opportunity
    Canada
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: