Maintenance on CanadaBuys website

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

  • Friday, May 24, 7:00 pm until 11:00 pm (Eastern Time) 

  • Sunday, May 26, 7:45pm until 9:45 pm (Eastern Time) 

Vessel and Crew to Support the Fisheries and Oceans Canada (DFO), Quebec Region, Atlantic Zonal Monitoring Program Surveys

Solicitation number F5211-190296

Publication date

Closing date and time 2019/08/29 13:00 EDT

Last amendment date


    Description

    Procurement Hub – Fredericton

    301 Bishop Drive

    Fredericton, NB E3C 2M6

    13 August 2019

    F5211-190296

    ADVANCED CONTRACT AWARD NOTICE

    TITLE: Vessel and Crew to Support the Fisheries and Oceans Canada (DFO), Quebec Region, Atlantic Zonal Monitoring Program Surveys

    ACAN

     

    The purpose of this Advance Contract Award Notice (ACAN) is to signal the government’s intention to award a contract for these services to Reformar Inc., 310, allée des Ursulines, Rimouski QC G5L 3A1. 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.

    Introduction

    Fisheries and Oceans Canada is seeking availability of a capable non-CCG Oceanographic Research Vessel to conduct its fall 2019 “Quebec region Atlantic Zone Monitoring Program (AZMP)” surveys. Specifically, an Oceanographic Research Vessel is required for a minimum of 21 days and up to a maximum of 32 consecutive days from Contract award to November 21st, 2019.

    Objectives of the Requirement

    The overarching objective of the mission is to collect and analyse the biological, chemical, and physical field data that are necessary to (1) characterize and understand the causes of oceanic variability at the seasonal, inter-annual, and decadal scales, (2) provide multidisciplinary data sets that can be used to establish relationships among the biological, chemical, and physical variables, and (3) provide adequate data to support the sound development of ocean activities. The study area includes the waters of the Saguenay River and the Estuary and Gulf of St. Lawrence, including Cabot Strait, Belles-Isle Strait, Jacques-Cartier Strait and the Southern Gulf.

    Background, Assumptions and Specific Scope of the Requirement

    Background

     

    The Science Branch, Fisheries and Oceans Canada, Quebec Region, Mont-Joli, Québec (DFO Québec), CANADA, requires the complete services of an Oceanographic Research Vessel charter (vessel and crew) to deliver its fall 2019 Atlantic Zone Monitoring Program surveys. This survey is usually carried out from Canadian Coast Guard (CCG) vessels. However, no CCG oceanographic vessels are available in the fall of 2019.

     

    Scope

     

    The Atlantic Zone Monitoring Program (AZMP) was implemented in 1998 with the aim of increasing DFO’s capacity to understand, describe, and forecast the state of the marine ecosystem and to quantify the changes in the ocean’s physical, chemical and biological properties. A description of the seasonal patterns in the distribution of phytoplankton (microscopic plants) and zooplankton (microscopic animals) in relation to the physical environment provides important information about organisms that form the base of the marine food web.

    The AZMP survey area covers the estuary and Gulf of St. Lawrence, including Cabot Strait, Belles-Isle Strait and Jacques-Cartier Strait. The survey will involve conducting sampling operations at 46 designated stations along 7 transects + 31 other oceanographic stations. Operations will include collecting water column profiles (CTD data) and water samples with a CTD-Rosette system. Zooplankton will be collected using a V-Net. Operations will also include the recovery and redeployment of several oceanographic moorings and the recovery of several oceanographic Viking buoy. During the survey, data on marine bird and whales abundance and distribution will also be collected.

    To conduct the Atlantic Zone Monitoring Program surveys, DFO requires a scientific research vessel that can remain at sea for a minimum of 18 consecutive days, conduct scientific operations 7 days per week and 24 hours per day, accommodate a minimum of 11 scientific staff from DFO, and is equipped to deploy and recover scientific instruments, such as a CTD-Rosette, sampling nets and oceanographic moorings and buoy.

    Requirements

     

    Tasks, Activities, Deliverables and Milestones

     

    The Statement of Work outlines all requirements that an Offshore Research Vessel will include to be considered capable of completing the fall 2019 “scientific program and “Quebec region Atlantic Zone Monitoring Program (AZMP) surveys”. The Bidder must provide proof of Contractor capability and vessel capacity to meet all mandatory requirements. Copies of all relevant certificates must be included in a Bidder’s submission as proof. References to certificates (e.g., listed in Curriculum vitae) are not considered proof, as they cannot be substantiated. The onus is on the Bidder to submit all information and proof needed to clearly demonstrate that a requirement is met. This information must be included in the bid package and properly referenced from the table in Annex E.

    Specifications and Standards

     

    Mandatory Requirements

     

    Vessel Certification and Documentation:

    • The Bidder must provide an unconditional, valid copy of the vessel’s Transport Canada certificate Minimum Safe Manning Document – Convention with a Trading Area of Unlimited Voyage, or international equivalent, for the duration of the contract.

    • The Bidder must provide a valid copy of the vessel’s Transport Canada (or recognized organization) Safety Management Certificate or international equivalent.

    • The Bidder must provide a valid copy of the vessel’s Transport Canada (or recognized organization) Safety Equipment Certificate or international equivalent.

    • The Bidder must provide documentation from an insurance broker or an insurance company licensed to operate in Canada stating that the Bidder, if awarded the contract as a result of the bid solicitation, can be insured in accordance with all conditions including Insurance Requirements.

    • The Bidder must provide proof (copy) that the Captain(s) of the vessel possesses a valid certificate of competency that meets or exceeds the operation for size (gross tonnage) of the vessel and the area of Work (Unlimited Voyage or international equivalent).

    • The Bidder must provide proof (copies of certificates) that all crew members have valid Marine Emergency Duty (MED) A1 certificates or Standard for Training, Certification and Watchkeeping (STCW Basic Safety).

    • The Bidder must provide a copy of the vessel’s Health and Safety Plan that is consistent with Transport Canada Safety Inspection Certificates or international equivalents

      Vessel Particulars:

    • The Vessel must be equipped for continuous operations for a period of up to 18 days (e.g., endurance range of Vessel, provisions, water making system, etc.).

    • The Vessel must be able to accommodate a minimum of 11 scientific personnel (individual consisting of both genders) for the duration of the mission. This includes:

    • provide sleeping accommodations (minimum of 11 berths and max of 4 person/cabin);

    • provide a minimum of 3 on-board meals per day, and;

    • provide drinking water, toilets, sinks, showers and hot water.

    • The Vessel must have sufficient lifesaving equipment for both the crew and the scientific personnel.

    • The Vessel must be equipped with a LAunch and Recovery System (LARS) for the DFO supplied oceanographic CTD-Rosette package (approx. 100kg). The LARS would consist in:

        • a winch with a minimum of 650m of mono-conductor electromechanical cable;

        • a marine crane or A-frame to launch and recover the CTD-Rosette package, and;

        • a dedicated work space on the working deck for handling the rosette before launching and for sampling water bottles upon its recovery.

      • The Vessel must be equipped with a launch and recovery system to deploy and recover zooplankton nets (V-net) on one side of the ship (port or starboard) or on the stern. The LARS would consist in:

        • a marine crane or A-frame to launch and recover the nets;

        • a metering block;

        • a winch with 650m of electromechanical cable (4 conductors). If no winch is available, space must be provided to install a DFO supplied winch with the following specifications: 1) weight 1000kg, 2) winch base plate is 1.4m x 1.4m with ¾ inch diameter bolt holes but can also be welded to deck, and 3) require 240V 1 phases, 20 Amp.

      • The Vessel must be equipped with a marine crane on the stern capable of lifting a minimum of 3000kg to be used for buoy operations (Viking buoys: 2.2x2.2x4.5m) and mooring operations.

      • The Vessel must be equipped with a mooring winch (or capstan) capable of lifting 3000 kg that is positioned in-line for use with the fantail A-frame or marine crane on the stern

    • The Vessel must provide a minimum working deck space of 40m² for mooring operations.

    • The Vessel must provide a minimum of 10m x 5m deck space for the storage of mooring equipment and 2 scientific buoys (Viking buoy: 2.2x2.2x4.5m).

    • The Vessel must provide either interior or containerized laboratory space on deck for sample processing with a total minimum area of 300ft2 and have:

      • bench space to accommodate water sample extraction/preparation;

      • a minimum of two (2) sinks in the laboratory area: one sink with a freshwater supply and one sink with a seawater supply. The sinks must have the ability to dispose of seawater.

    • The Vessel must provide a -80 °C freezer with 3 ft3 of storage space or have sufficient dry space to accommodate a DFO supplied -80 °C freezer (95x70x170cm; 120V; 15A).

    • The ship must be equipped with a 3 frequency SIMRAD EK60 acoustic system.

     

     

     

     

    Other Terms and Conditions

    DFO Obligations

    In support of the successful completion of this mission, DFO and its partners will provide the following personnel, equipment, and mission planning information:

    • DFO will provide a total of 11 scientific personnel for the survey, including a Chief Scientist;

    • DFO will ensure that all science personnel are medically fit to undertake the mission;

    • Prior to the commencement of the Contract, the Chief Scientist shall submit a draft Mission Plan that shall include:

      • date, time, and point of departure;

      • estimated time at sea;

      • estimated date, time, and point of arrival;

      • anticipated cruise track, including all station positions and area of operation;

      • statement of all scientific operations to be carried out; and

      • a list of all scientific apparatus to be taken on board the vessel.

    • DFO will provide sampling instruments required for the program :

      • Rosettes

      • Zooplancton nets

      • Mooring equipment

      • Scientific buoys

      • If needed, electric winches

      • If needed : -80°C freezer (3’ x 2’ x 2’, 120V, 15 Amp)

        Contractor’s Obligations

         

        Vessel and Crew:

    • Captain and/or a minimum of one officer and some from the crew will be expected to communicate in French and must be available for each 12 h shift to ensure successful communication with scientific personnel.

    • Crew will be expected to provide a French familiarization tour of the ship for scientific personnel and inform them of safety equipment and procedures, ensuring the safety of equipment and personnel throughout duration of the contract, and provide safe working areas on the ship.

    • Crew will be expected to assist with the loading and unloading of science equipment as required (e.g. shipboard crane operations, manual lifting if necessary, etc.).

    • Crew will be expected to assist with the installation of scientific equipment on board the vessel (e.g. winch)

    • Crew will be expected to deploy/recover and/or assist with the deployment/recovery of oceanographic measurement devices (i.e. rosette) and sea sampling equipment (nets) according to information provided by the Chief Scientist.

    • The crew will be expected to accommodate two 12-hour science personnel shifts (0600h-1800h and 1800h-0600h). Crew deckhand(s) must be available to operate winches and cranes during each science personnel shift.

    • The Vessel is expected to provide space for one (1) mammal/bird observer to look out the forward and side windows on the bridge throughout the daylight period, each day at sea, including a small space for a chair and a laptop.

    • The vessel and crew is expected to be available for the full period of the contract.

    • The vessel and crew is expected to be able to stay at sea for a period of up to 18 consecutive days.

    • The ship's SIMRAD EK60 acoustic system must have been calibrated before or after the start of the mission, outside the dates of the ship's rental contract. This calibration must have been done during the 2019 field season. If necessary, DFO staff is available to do this calibration work at DFO's expense.

       

      Location of Work, Work site and Delivery Point

      The study area includes the waters of the Saguenay River and the Estuary and Gulf of St. Lawrence, including Cabot Strait, Belles-Isle Strait and Jacques-Cartier Strait.

      Language of Work

       

    Work will mostly be carried out in French Speaking Environments. If the commanding officer speaks only English, there must be a minimum of one officer that can speak in French.

    Special Requirements - LICENSES AND PERMITS

     

    The Contractor must obtain and maintain all permits, licenses, and certificates of approval required for the Work to be performed under any applicable federal, provincial, or municipal legislation. The Contractor is responsible for any charges imposed by such legislation or regulations. Upon request, the Contractor must provide a copy of any such permit, license, or certificate to Canada.

    Security Requirements

    There are no security requirements for this project.

     

    Project Schedule

     

    Schedule and Estimated Level of Effort (Work Breakdown Structure)

     

    TIMEFRAME AND DELIVERY REQUIREMENTS

     

    October 2019*

    At the earliest convenience of both DFO and Contractor, visit(s) of the Vessel by science personnel to be conducted to assess logistics and other mobilization and operational requirements.

    October 2019*
    Mobilization: board the vessel at the Port of Rimouski, Québec, CANADA (2 days).

    • DFO equipment loading, installation of laboratories, and safety inspection(s)

    October - November 2019*

    Conduct the “Quebec region Atlantic Zone Monitoring Program (AZMP) fall survey 2019”, involving the sampling of approximately 80 oceanographic stations, recovery/redeployment of several oceanographic moorings and several recovery of Viking buoys in the estuary and Gulf of St. Laurence (minimum of 18 days and up to 29 days).

    November 2019*

    Demobilization: return to the Port of Rimouski, Québec, CANADA

    • Unloading of DFO equipment and survey samples (1 days)

      * Specific dates and times for Mobilization, Departure, Arrival, and Demobilization will be determined in consultation with the vessel operator upon Contract award.

       

      ESTIMATED VALUE

      The total value of the contract shall not exceed $700,000 excluding all applicable taxes for the firm period from contract award to November 21st, 2019.

      TRADE AGREEMENTS APPLICABILITY OR OTHER OBLIGATIONS:

      CFTA.

      GOVERNMENT CONTRACTS REGULATIONS EXCEPTION AND LIMITED TENDERING REASONS:

      The following policy requirements are applicable to this ACAN process:

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

       

      Section 10.2.1 Section 6 (d) only one person or firm is capable of performing the work applies to this ACAN for the following reasons:

    -There are no known alternative sources of supply. It is feasible and affordable to compete the requirement.

     

    INTELLECTUAL PROPERTY:

    No new Intellectual Property will be created in this contract.

    CONTRACT PERIOD:

    The period of the contract is from contract award to 21 November 2019 inclusive.

    SUPPLIER’S RIGHT TO SUBMIT A STATEMENT OF CAPABILITIES:

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

    CLOSING DATE FOR SUBMITTING STATEMENT OF CAPABILITIES:

    29 August 2019 at 2:00 p.m. (ADT)

    Inquiries and statements of capabilities are to be directed to:

    Roger LeBlanc

    Senior Contracting Officer

    Procurement Hub – Fredericton

    Telephone: (506) 452-2596

    Email: DFOtenders-soumissionsMPO@dfo-mpo.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)

    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
    LeBlanc, Roger
    Phone
    506-447-2596
    Email
    Roger.LeBlanc@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
    French
    0
    English
    6
    French
    4
    English
    14

    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: