Increasing Domaine Awareness in the Arctic through the purchase of vessel traffic data.

Solicitation number FP802-180179

Publication date

Closing date and time 2018/12/18 00:00 EST

Last amendment date


    Description

    FP802-180179

    ADVANCED CONTRACT AWARD NOTICE

    TITLE:

    Increasing Domaine Awareness in the Arctic through the purchase of vessel traffic data.

    INTRODUCTION:

    The Department of Fisheries and Oceans Canada (DFO) has a requirement for Increasing Domaine Awareness in the Arctic through the purchase of vessel traffic data. The purpose of this Advance Contract Award Notice (ACAN) is to signal the government's intention to award a contract for observational data generated by marine monitors and assistants as well as (2) AIS data generated by terrestrial AIS receivers installed in pre-selected locales for the 2018 Arctic shipping season. 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 15 calendar day posting period.

    If other potential suppliers submit a statement of capabilities during the 15 calendar day posting period that meet the requirements set out in the ACAN, the government will proceed to a full tendering process on either the government's electronic tendering service 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:

    The Oceans Act, 1996 assigns the Minister of Fisheries and Oceans responsibility for providing services for the safe, economical, and efficient movement of ships within Canadian waters through the provision of: aids to navigation; marine communications and traffic management services; icebreaking and ice management services; and channel maintenance. The Canadian Coast Guard (Coast Guard) provides a strong federal presence in the Arctic and delivers a suite of key programs and services that support Canada’s safety, security, environmental and economic interests in northern waters.

    The Canadian Arctic is vast and expansive, and it is a challenge to maintain situational awareness of all vessels and activities happening there. As well, climate change will continue to have significant impacts on accessibility of Arctic waters. There is therefore a need for increased intelligence information and surveillance data to augment domain awareness. The solution is through effective Maritime Domain Awareness in collaboration with local and Inuit communities who have a stated desire for greater access to information and data concerning vessel traffic in the waters surrounding their communities and for a greater role in the management of shipping in their waters.

    The Coast Guard currently has terrestrial AIS coverage in the Arctic with towers located at three sites: Cambridge Bay, Resolute, and Iqaluit. Coast Guard’s real-time monitoring capability is complemented by satellite AIS coverage which provides a picture of maritime activity in Canadian waters. Through the purchase of observational and AIS data being collected by established marine monitoring programs, Coast Guard will add significant real-time monitoring capacity to the existing federal network and will improve our collective maritime domain awareness in the North.

    PURPOSE:

    To provide public notification that the Department of Fisheries and Oceans is considering awarding a contract to:

    Nunavut Tunngavik Incorporated (NTI)

    P.O. Box 638

    Iqaluit, NU X0A 0H0

    MINIMUM ESSENTIAL REQUIREMENTS:

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

    1. Ability to provide data from Automated Information System receivers and on-water observations in targeted locations across Nunavut as identified under the “Work requirements” section by March 2019.
    2. Capacity to meet Nunavut Land Claim Agreement requirements.

    JUSTIFICATION:

    NTI representing the Inuit of Nunavut, is an organization mandated to ensure the rights and commitments under the Nunavut Land Claims Agreement are carried out. NTI’s Inuit Marine Monitoring Program (IMMP) operates to ensure greater access to information and data concerning vessel traffic in waters adjacent to Nunavut, and contribute to the implementation of the Nunavut Land Claims Agreement. As such, under IMMP, NTI has existing capacity, Inuit monitors, and equipment in the Arctic region to provide observational and AIS data. Coast Guard proposes to purchase observational and AIS data from NTI to assess and evaluate the cost effectiveness of this alternative service delivery model.

    INTELLECTUAL PROPERTY:

    Canada has determined that any Intellectual Property (IP) arising from the performance of the Work under the Contract will belong to Canada on the grounds of section 4 in Appendix A of the Policy (http://www.ic.gc.ca/eic/site/068.nsf/eng/00005.html#appA)

    Where the main purpose of the Crown Procurement Contract, or the deliverables contracted for, is:

    4.1 To generate knowledge and information for public dissemination.

    Suppliers who consider themselves fully qualified and available to meet the specified requirements may submit a statement of capabilities in writing to the Contracting Authority 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.

    WORK REQUIREMENTS:

    The Contractor must provide (1) observational data set generated by marine monitors and assistants as well as (2) AIS data sets generated by terrestrial AIS receivers installed in pre-selected locales for the 2018 Arctic shipping season.

    Observational Data by Marine Monitors

    The Contractor provides marine monitors and assistants, to observe, record, and report vessel traffic in or around communities in Nunavut including,:

    • Clyde River
    • Cambridge Bay
    • Kimmirut
    • Chesterfield Inlet
    • Resolute Bay
    • Coral Harbour
    • Iqaluit
    • Qikiqtarjuaq
    • Gjoa Haven

    Data must be gathered from August 1 to October 1, 2018. Active monitoring days total 44 days per monitor.

    The contractor provides the monitors and assistants with the equipment and training to ensure their safety and security.

    The contractor designates a local Community Liaison Officer (CLO) to ensure monitors’ and assistants’ safety and wellbeing while they are in the field.

    The monitors and assistants report to the contractor’s program coordinator. The program coordinator is responsible for communicating observational data to the Canadian Coast Guard.

    AIS Data

    The contractor must provide data from receivers in or around communities in Nunavut,:

    • Clyde River
    • Cambridge Bay
    • Kimmirut
    • Chesterfield Inlet
    • Resolute Bay
    • Coral Harbour
    • Iqaluit
    • Qikiqtarjuaq
    • Gjoa Haven

    A portion of the terrestrial AIS receivers must be functional year round, with the remaining terrestrial AIS receivers functional for approximately five (5) months of year from June through October and is dependent upon safe installation, weather and sea ice conditions in adjacent waters.

    The contractor must also provide a technician to install, un-install and test the terrestrial AIS receivers. The technician reports to the Program Coordinator and work will takes place in and around each of the selected communities and in adjacent coastal waters.

    The contractor must provide the technician with the equipment and training to ensure their safety, security, and performance of their duties with respect to the terrestrial AIS receivers. Additional technical support will be provided by the Canadian Coast Guard.

    Data collected by the AIS receivers will be purchased by Canadian Coast Guard.

    DELIVERABLES:

    The Contractor will:

    Provide a report of observational data for the 2018 shipping season (includes summaries of monitors’ observational data of vessel sightings by location, date, time and vessel type or any other pertinent information), no later than 30 days after contract award.

    Provide a report on terrestrial AIS testing and compatibility, detailing installation and testing of remote terrestrial AIS receivers and compatibility of equipment and data with Canadian Coast Guard systems, on or before March 1, 2019.

    Provide a year-end report summarizing activities, challenges and lessons learned for each community, on or before March 29, 2019.

    Deliverable

    Start date

    Frequency

    Locations

    Format

    2018 observational data

    March 1, 2019

    One time

    Suitable communities to be determined by contractor

    PDF

    2018 AIS data

    March 1, 2019

    One time

    Suitable communities to be determined by contractor

    to be agreed upon completion of testing with CCG systems

    Annual report

    March 15, 2019

    One time

    N/A

    PDF

    CONSTRAINTS:

    Completion of the tasks will be dependent upon:

    • weather and sea ice conditions in adjacent waters or any environmental condition which may impede upon the monitors’, assistants’ and/or technician’s safety or well-being, including but not limited to:
    • extreme weather conditions
    • wildlife encounters
    • dangerous or hazardous sea conditions
    • proper functioning of the equipment to be provided by contractor, including but not limited to:
      • AIS receivers
    • Satellite Phone
    • Delorme InReach (Explorer)
    • Binoculars 10x42 Waterproof Source
    • GPS
    • First Aid Kit
    • Camera
    • Bear Deterrents
    • Bear bangers/Rubber bullets/Flares
    • Flares
    • CB Radio or VHF Radio Depending on Location

    Other Requirements

    The written reports, observational data, and vessel traffic summaries will be provided in English.

    LEVEL OF EFFORT AND CONTRACT DURATION

    For the provision of all professional services including all associated costs necessary to carry out the required work from date of contract award to March 31, 2019.

    Please take note that the initial contract period is starting on date of contract award to March 31, 2019. The initial contract period deliverable must be completed by March 15, 2019.

    This level of effort is only estimation made in good faith and is not to be considered in any way as a commitment from Canada.

    DFO reserve the right to exercise one (1) additional twelve (12) months contract option period.

    Contract Duration

    Initial Contract Period starting from date of contract award to March 31, 2019.

    TRAVEL: There is no travel for this requirement.

    VALUE:

    The total estimated value of the contract shall not exceed $688,648.00 annually excluding all applicable taxes.

    SECURITY:

    There is no security requirement for this contract, escort required at DFO site(s) 

    LOCATION OF WORK:

    The contractor will procure, install and test AIS receivers in or around communities in Nunavut,:

    • Clyde River
    • Cambridge Bay
    • Kimmirut
    • Chesterfield Inlet
    • Resolute Bay
    • Coral Harbour
    • Iqaluit
    • Qikiqtarjuaq
    • Gjoa Haven

    Response:

    Suppliers who consider themselves fully qualified and available to provide the services described herein, may submit a Statement of Capabilities in writing to the Contracting Officer identified in this Notice (See below) on or before the closing date. The Statement of Capabilities must clearly demonstrate how the supplier meets the requirement described herein.

    The closing date and time for accepting written statements of capabilities challenging this requirement, is December 18, 2018 at 2p.m. (EST). As it is intended to proceed in a timely manner, responses received after the closing date will not be considered.

    Inquiries and statements of capabilities are to be directed to:

    Stephane Julien

    Contracting Officer

    Procurement Hub – Ottawa Office
    Telephone: (343)-548-5181
    E-mail: Stephane.Julien2@dfo-mpo.gc.ca

    Statement of Capabilities received on or before the closing date will be considered solely for the purpose of deciding whether or not to conduct a competitive procurement. Information provided will be used by DFO for technical evaluation purposes only, and will not to be construed as a proposal. Your written Statement of Capabilities must provide sufficient evidence that demonstrates it is capable of fulfilling the Fisheries and Oceans-North Coast, Resource Management(Sector)’s requirement. Suppliers who submit a Statement of Capabilities prior to the closing date and time will be notified in writing as to the Department’s decision whether it will continue with the aforementioned procurement, or proceed to a full bid solicitation process.

    Should you have any questions concerning this requirement, please contact the identified Contracting Officer. The DFO file number, the Contracting Officer’s name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page. Documents may be submitted in either official language of Canada.

    APPLICABLE STATUTORY AND REGULATORY REQUIREMENTS

    Applicability of the following policy requirements applicable to this ACAN process is the following applicable sections:

    Policy INFORMATION

    Applicable Exceptions to Soliciting Bids under the Government Contracts Regulations (GCRs) (Section 6):

    Government Contracts Regulations (GCRs), 6d) only one person or firm is capable of performing the work

    10.2.5 Exception (d) sets competitive bidding aside when only one person or firm can do the job. This exception is quite definitive and should be invoked only where patent or copyright requirements, or technical compatibility factors and technological expertise suggest that only one contractor exists. This exception should not be invoked simply because a proposed contractor is the only one known to management.

    TRADE AGREEMENTS:

    Applicable Limited Tendering Provision Under Subject to the following trade agreement:

    • North American Free Trade Agreement (NAFTA), Article 1016: Limited Tendering Procedures: article (b).
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA), Article 19.12: Limited Tendering: article b.
    • Canadian Free Trade Agreement (CFTA), Article 513: article a
    • World Trade Organization Agreement on Government Procurement (WTO-AGP), Article XIII: Limited Tendering, article b
    • Canada-Chile Free Trade Agreement, Article Kbis-09: Tendering Procedures, article b
    • Canada-Colombia Free Trade Agreement, Article 1409: Limited Tendering, article b
    • Canada Panama Free Trade Agreement, Article 16.10: Limited Tendering, article b
    • Canada-Peru Free Trade Agreement, Article 1409: Limited Tendering, article b
    • Canada-Honduras Free Trade Agreement, Article 17.11: Limited Tendering, article (b)
    • Canada–Ukraine Free trade agreement, Article10.13: Limited Tendering, article (b)

    LANGUAGE OF WORK:

    The written reports, observational data, and vessel traffic summaries will be provided in English.

    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)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Comprehensive Land Claim Agreement (CLCA)
    • 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
    Julien, Stephane
    Phone
    343-548-5181
    Email
    stephane.julien2@dfo-mpo.gc.ca
    Address
    200 Kent Street
    Ottawa, ON, K1A 0E6
    CA

    Buying organization(s)

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