Marine Research Contributions from Autonomous Underwater Vehicle (AUV) and Remotely Operated Vehicle (ROV)

Solicitation number 133246

Publication date

Closing date and time 2016/07/22 17:00 EDT


    Description

    ADVANCE CONTRACT AWARD NOTICE (ACAN)

    1. Advance Contract Award Notice (ACAN)

    An ACAN is 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 the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.

    2. Definition of Requirements (Statement of Work)

    The department of Natural Resources Canada (NRCan) has a requirement to…

    Acquire, process and interpret seafloor and sub-bottom data (video, cores, fluid samples, sediment, conductivity, etc.) from the Beaufort continental shelf and slope at depths up to 5500m to improve the understanding of the geology and geohazards in this region (described further below).

    Autonomous Underwater Vehicle (AUV) and Remotely Operated Vehicles (ROV) are required for investigations of Arctic marine geohazards in the Canadian Beaufort Sea. Contractor is required to:

    1) Transport equipment and personnel to Cambridge Bay, NU to board a marine research expedition in the fall of 2016 on the Canadian Coast Guard ice breaker Sir Wilfrid Laurier;

    2) Supervise and conduct ROV and AUV operations including provision of personnel and expertise for maintenance and communication links to the vessel;

    3) Conduct sampling surveys with parameters (frequencies, resolution, acoustic backscatter collection and processing, survey patterns, navigation links, and post-processing routines of the AUV acoustic data) sufficiently similar to previous surveys as to allow for analysis of seabed changes.

    4) Post-expedition data processing, archiving, exchange, and interpretation;

    and

    5) Scientific contributions to cruise report and follow-up publications.

    Required specifications for AUV include: capabilities for seafloor mapping, sub-bottom sediment characterization, operation capacity to depths of over 5000m and durations of over 15 hours, with experience operating in Arctic environments.

    Required specifications for ROV include: capacity to operate at depths of 1500m, suitable for operation from a vessel of opportunity with two scientific crew, high definition video capacity, a manipulator arm, a push core system, fluid sampling capabilities, on board conductivity, temperature and depth (CTD), a track point system for navigation and experience operating in Arctic environments.

    Familiarity with Canadian Coast Guard operating procedures and equipment required.

    3. Criteria for Assessment of the Statement of Capabilities

    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:

    1. Possession, availability and experience in the operations of an Autonomous Underwater Vehicle (AUV) whose specifications include: capabilities for seafloor mapping, sub-bottom sediment characterization, operation capacity to depths of over 5000m and durations of over 15 hours, with experience operating in Arctic environments.
    2. Possession, availability and experience in the operations of a Remotely Operated Vehicle (ROV) whose specifications include: capacity to operate at depths of 1500m, suitable for operation from a vessel of opportunity with two scientific crew, high definition video capacity, a manipulator arm, a push core system, fluid sampling capabilities, on board conductivity, temperature and depth (CTD), a track point system for navigation and experience operating in Arctic environments.
    3. Demonstrated experience in applying Canadian Coast Guard operating procedures and utilizing on-board equipment as required and as necessary to perform on-board deep water survey operations.
    4. Demonstrated experience in post-expedition processing of data acquired by ROVs and AUVs in northern marine environments.
    5. Knowledge and understanding of Arctic continental shelf and slope environments, demonstrated through publications in at least three recognized scientific journals.

    4. Trade Agreements

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

    Agreement on Internal Trade (AIT);

    North America Free Trade Agreement (NAFTA);

    World Trade Organization - Agreement on Government Procurement (WTO-AGP);

    5. Justification for the Pre-Identified Supplier

    We intend to deal directly with the supplier mentioned in section 11 below as; it is the only known supplier that meets the mandatory criteria set out in section 3 and can provide the services as described in section 2.

    The Monterey Bay Aquarium Research Institute (MBARI) is a marine research institute dedicated to developing new tools and techniques to study the ocean. MBARI is a world leader in marine technology including equipment design, software design and post processing of marine data. MBARI has experience working collaboratively with researchers in the Arctic and on Canada’s west coast and has produced many peer-reviewed publications on this research (see below). MBARI has carried out autonomous underwater vehicle (AUV) surveys in the Beaufort Sea in the Canadian Arctic, and has developed a purpose-built remotely operated vehicle (ROV) for use in the Arctic at depths of up to 1500m.

    This ROV has capacity for sediment and gas sampling, video transects, and instrument deployment and recovery (with a 70 pound instrument payload).The core vehicle is outfitted with the following suite of instruments: HD camera, scanning sonar, lasers to provide visual scale, LED lights (10,000 lumens) and CTD. A five-function manipulator arm (ECA Robotics Arm 5E) enable a sampling (rock samples, push cores, etc.). In addition, the vehicle has a removable tool sled for mission-specific payloads and sampling requirements. MBARI has conducted over 35 dives with ROVs in the Canadian Arctic.

    MBARI would deploy their Dorado-class AUV for this Arctic research cruise. This unit has a seafloor mapping module, and an imaging module to characterize the sub bottom sediments. The core vehicle elements are deep-rated (the mapping AUV is 6,000 meters rated) and have been operated for as long as 20 hours. MBARI has world class experts and can deploy the personnel to operate the AUV during the fall of 2016 and process and interpret the AUV data on board the ship. The AUV was operated on board Canadian Coast Guard vessels in the Arctic on a science expedition in 2013.

    Specific adaptations to the vessel and the MBARI equipment to function onboard the CCGS Sir Wilfred Laurier and to conduct specific sampling (e.g. temperature, hydrate melting and gas sampling) are already in place, from past (2013) survey operations. Previous survey parameters are part of equipment settings (frequencies, resolution, acoustic backscatter collection and processing, survey patterns, navigation links, and post-processing routines of the AUV acoustic data) to match the 2013 surveys. Familiarity and experience of both vessel and MBARI crews contribute to both safe and efficient operations. The combination of past and planned science publishing collaboration, specific capabilities of the equipment, safety and efficiency of technical operations, and the high precision reproduction of re-survey parameters that the contractor brings to the project is essential to the goals of the expedition and can only be supplied by MBARI.

    Should Canada receive a statement of capabilities from a supplier that contains sufficient information to indicate that it meets the requirements set forth in this ACAN, a competitive process will be triggered with a technical and financial evaluation methodology of the bids proposed by the potential bidders

    6. Exception to the Government Contracts Regulations

    The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection 6(d) – “only one person or firm is capable of performing the work”.

    The identified provider, The Monterey Bay Aquarium Research Institute (MBARI), is the only one able to meet all of the criteria identified in paragraph 3 above.

    7. Exclusions and/or Limited Tendering Reasons

    The following exclusion(s) and/or limited tendering reasons are invoked under the:

    North American Free Trade Agreement (NAFTA): Article 1016.2(b)

    Agreement on Internal Trade: Article 506.12(b)

    World Trade Organization - Agreement on Government Procurement (WTO-AGP): Article XV.1 (b)

    8. Ownership of Intellectual Property

    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.

    9. Contract Period

    The contract period will be from date of contract award to March 31, 2017.

    10. Estimated Cost

    The estimated maximum value of the contract is $168,000.00 CAD inclusive.

    11. Name and Address of the Proposed Contractor

    Monterey Bay Aquarium Research Institute

    7700 Sandholt Road

    Moss Landing CA 95039 USA

    12. Suppliers’ right to submit a statement of capabilities

    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a Statement of Capabilities in writing, preferably by e-mail, to the contact person identified in this Notice on or before the closing date and time of this Notice. The Statement of Capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    13. Closing Date

    The closing date for a submission of a Statement of Capabilities is: July 22, 2016 at 14:00 (Pacific Daylight Time).

    14. Contract Authority

    Gerald Baran

    Senior Procurement Officer

    506 West Burnside Road

    Victoria, BC

    V8Z 1M5

    Telephone: 250-298-2502

    Email: gerald.baran@canada.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

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

    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
    Natural Resources Canada
    Address
    580 Booth St
    Ottawa, Ontario, K1A 0E4
    Canada
    Contracting authority
    Baran, Gerald
    Phone
    250-298-2502
    Address
    506 Burnside Road West, 1st Floor, Room: M03
    Victoria, BC, V8Z 1M5
    CA

    Buying organization(s)

    Organization
    Natural Resources Canada
    Address
    580 Booth St
    Ottawa, Ontario, K1A 0E4
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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
    Nunavut Territory
    Region of opportunity
    World
    Procurement method
    Competitive - Limited Tendering
    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: