SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Ground herbicide treatment of non-native Phragmites australis at the Big Creek and Long Point National Wildlife Areas

Solicitation number 5000058335

Publication date

Closing date and time 2021/08/11 15:00 EDT

Last amendment date


    Description

    Background

    Environment and Climate Change Canada-Canadian Wildlife Service (ECCC-CWS) is responsible for the protection of species at risk (SAR) and their Critical Habitat on federally owned lands under the Species at Risk Act (SARA). Under the authority of the Canada Wildlife Act, ECCC-CWS establishes National Wildlife Areas (NWAs) for the purposes of conservation, research, and interpretation. NWAs are managed to maintain the ecological integrity of the site for the benefit of migratory birds, SAR, and other wildlife of national importance and in accordance with the conservation objectives set out in its management plan.

    Big Creek and Long Point NWAs are located within ECCC-CWS-Ontario Region’s (CWS-ON) Long Point Walsingham Forest (LPWF) Priority Place, where the invasive species Phragmites australis (Phragmites) is highlighted as a primary threat. Management of Phragmites is necessary to sustain and improve habitat and populations of SAR, migratory birds, and resident flora and fauna.

    Over the course of the project, CWS-ON plans to manage 90% of the Phragmites at the BCNWA and LPNWA. Management throughout the NWAs will take place in stages, and activities include herbicide application in the fall, followed by mowing, rolling and/or burning over the winter. The majority of Phragmites will be treated with herbicide aerially. Where Phragmites cannot be treated aerially (within buffer zones along the property line, and around SAR plants and tree lines), ground herbicide application via amphibious tracked vehicle, such as a Marsh Master, Jon boat or backpack will occur.

    The purpose of this Contract is to execute the ground management of non-native Phragmites within the Big Creek NWA and Long Point NWA (Appendix B to Annex A), including both new treatment and retreatment of areas managed in 2020. Ground management will involve the application of herbicide (a.i. glyphosate or imazapyr) by hydraulic sprayer attached to an amphibious tracked vehicle, such as a Marsh Master or Jon Boat, and by backpacker sprayer, within the buffer zones (refer to Appendix B to Annex A for approximate Phragmites extent). Phragmites delineated for ground treatment will be mapped, and the maps and data will be provided by the Technical Authority to the Contractor prior to commencement of the Work.

    The scope of work for this Contract includes the following:

    • Transportation of herbicide from the storage facility at Tillsonburg, Ontario;
    • Herbicide handling and mixing;
    • Safe location for the storage of herbicide while not in use;
    • Ground herbicide application via hydraulic sprayer attached to an amphibious tracked vehicle, such as a Marsh Master or Jon boat, and/or via backpack sprayer;
    • Ground crew/support staff with previous experience managing Phragmites, using herbicide on wetland vegetation, identifying SAR, and working in similarly remote and sensitive environments.

    The desired application period, weather permitting, is the first three weeks of September of each year. The preferred start date is the Tuesday following Labour Day. All spraying should be completed before waterfowl hunting season commences (typically the last Saturday of September) (see Table 2 of Annex A). Spraying cannot occur within the Big Creek Unit, Big Creek NWA or the Long Point NWA on Waterfowl Heritage Day (September 18, 2021, September 17, 2022, and September 16, 2023). Spraying activities will not be permitted beyond October 15 of each year.

    Note: Implementation of the work outlined in this Contract is contingent upon the issuance of an annual Emergency Registration (ER) authorization to CWS-ON from the Pest Management Regulatory Agency (PMRA) for the application of RoundUp Custom® for Aquatic and Terrestrial Use (a.i. glyphosate) OR the registration and availability of Habitat Aqua (a.i. imazapyr) for use over water by the PMRA. All work will be subject to the conditions prescribed by the PMRA’s product labels. The ER application for the use of RoundUp® Custom is the responsibility of ECCC-CWS. If the product is approve for use, the Contractor will be subject to undertaking work as per the conditions prescribed by the PMRA in the authorization.

    Implementation of the work is also subject to issuance of other permits and authorizations, including permit(s) from the Ontario Ministry of the Environment, Conservation and Parks (MECP) (see Section 3.5 of Annex A). As per MECP requirements, the Contractor is responsible for making the permit application to MECP. CWS-ON will support the Contractor with this application process where required.

    The Contractor will provide an operations work plan, which will include plans for security, safety, and communications addressing the requirements for the project as outlined below (Section 3). The operations work plan must be submitted to CWS-ON no fewer than 15 days before the commencement of work, for review and approval by the Technical Authority. It will be the responsibility of the Contractor to follow the procedures of the written operations work plan and to ensure all its staff members are briefed and aware of the procedures.

    The Contractor must comply with any applicable legal requirements, including the provisions of the Pest Control Products Act, the Pesticides Act (RSO 1990) and any regulations made thereunder.

    Objective

    CWS-ON requires ground management of up to 200 ha of non-native Phragmites, through the spraying of herbicide (Roundup Custom®, a.i. glyphosate or Habitat Aqua, a.i. imazapyr) at two National Wildlife Areas. Herbicide treatment will occur between August 15 and October 15 of each year. The annual data and reports will be submitted by December 31 of each year.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • 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
    Environment Canada
    Contracting authority
    Noble, Heidi
    Email
    heidi.noble@ec.gc.ca

    Buying organization(s)

    Organization
    Environment 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
    3
    English
    3
    000
    French
    5
    000
    English
    16

    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Region of opportunity
    Canada, World
    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: