ShoreZone Imaging and Mapping of the Vancouver and Prince Rupert Port Areas as part of the Ocean Protection Plan Coastal Environmental Baseline Program

Solicitation number F5211-180119

Publication date

Closing date and time 2018/05/29 13:00 EDT


    Description

    INTRODUCTION:

    The purpose of this Advance Contract Award Notice (ACAN) is to signal the government’s intention to award a contract for these services to Coastal and Ocean Resources, 759A Vanalman Ave., Victoria, B.C., V8Z 3B8. Before awarding a contract, however, the government would like to provide other suppliers with the opportunity to demonstrate that they are capable of satisfying the requirements set out in this Notice, by submitting a statement of capabilities during the ACAN posting period.

    If other potential suppliers submit a statement of capabilities during this ACAN posting period that meets the requirements set out in the ACAN, the government will proceed to a full tendering process on either GETS or through traditional means, in order to award the contract.

    If no other supplier submits, on or before the closing date, a statement of capabilities meeting the requirements set out in the ACAN, a contract will be awarded to the pre-selected supplier.

    BACKGROUND:

    As part of the Ocean Protection Plan (OPP) Program, DFO has been asked to develop a Coastal Environmental Baseline Program in two Pilot Areas (Port of Prince Rupert and Port of Vancouver) to support Transport Canada’s Framework to Assess the Cumulative Impacts of Marine Shipping currently under development.

    Coastal & Ocean Resources (CORI) is a Victoria based company which has developed a coastal imaging and habitat mapping method known as the ShoreZone protocol. ShoreZone is a standardized coastal imaging and habitat classification system which has been applied to over 120,000 km of shoreline from Oregon to Alaska. The ShoreZone protocol involves acquiring georeferenced, oblique, low altitude aerial imagery during the lowest tides of the year which is inventoried to identify shoreline geomorphological and biological attributes in a searchable database.

    The habitat mapping that has been completed to date around the Port of Prince Rupert, in partnership with the Port Authority and the Metlakatla First Nation. ShoreZone has been widely accepted and utilized within the Pacific Region and internationally. In the Port of Vancouver area, ShoreZone imaging of Burrard Inlet, Port Moody and Indian Arm was completed with funding from the Tsleil-Waututh Nation in July 2017 with habitat mapping completed in early 2018.

    In the Port of Prince Rupert Area, multiple First Nations have funded ShoreZone imaging with select areas mapped in 2015 and 2018. This project would fill in data gaps for areas which have not been imaged or mapped within approximately 10 km of the navigational jurisdiction of port authorities to create a full Shorezone inventory of these areas. Specifically, 355 km of coastline would be imaged and mapped in the Port of Vancouver area with 14 shore stations surveyed to ground truth the complete 573 km of coastline included in the inventory (including previous work described above). 800 km of coastline will be imaged in the Port of Prince Rupert area, 30 km of coastline will be mapped and 15 shore stations will be surveyed to ground truth 526 km of coastline including previous mapping described above.

    OBJECTIVES:

    The objective of this project will create a database of shoreline geomorphological and biological attributes for an approximate 10 km area surrounding the Port of Prince Rupert and Vancouver as part of the OPP Coastal Environmental Baseline Program. This project will build on previous work completed by Coastal and Ocean Resources (COR), First Nations and coastal organizations and will ground truth previous imaging and mapping completed in these areas.

    WORK REQUIREMENT:

    Fisheries and Oceans Canada has a requirement for the provision of the following services:

    ShoreZone imaging surveys and habitat mapping which are priced on a per kilometer basis based on the best available digital shoreline. Imaging costs also include survey preparation including travel and equipment for personnel.

    The contractor is required to have substantial experience with aerial surveys, inventory of oblique, low altitude aerial imagery to classify geomorphological and biological attributes of the shoreline.

    The contractor is required to deliver the follow final data products at the completion of the contract

    1. a flight report detailing the imaging surveys
    2. hosting georeferenced, high resolution photos and video on the Coastal and Ocean Resources ArcGIS website 
    3. a hard drive with a copy of the photos and video and the flightline shapefile
    4. a geodatabase with all physical and biological attributes linked to specific segments of mapped shoreline
    5. hosting a subset of physical and biological attribute shapefiles on the Coastal and Ocean Resources ArcGIS site 
    6. A summary report for that provides analysis and statistics for a subset of the physical and biological attributes for the Port of Vancouver mapping completed in this contract
    7. all shore station data (beach profile, physical and biological attributes and species associated with each bioband) in a georeferenced Access database
    8. shore station data stored as a shapefile layer and hosted on the Coastal and Ocean Resources ArcGIS site
    9. a summary report providing analysis and statistics for the physical and biological attributes. All digital files hosted on the Coastal and Ocean Resources ArcGIS website will be provided and available online via a third party data provider at a later date.

    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)
    • Canadian Free Trade Agreement (CFTA)
    • 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
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Contracting authority
    Walker, Kimberly
    Phone
    506-452-3624
    Email
    kimberly.walker@dfo-mpo.gc.ca
    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
    19
    000
    French
    0

    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
    British Columbia
    Region of opportunity
    British Columbia
    Procurement method
    Competitive – Open Bidding

    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: