Standing Offer for Salmonid Milt Preservation

Solicitation number 30000317

Publication date

Closing date and time 2022/12/19 14:00 EST

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP)

    Solicitation #: 30000317

    Closing Date: December 19, 2022

    Closing Time: 2:00 PM (EST)

    This requirement is for the Department of Fisheries and Oceans (DFO).

    Title: Standing Offer for Salmonid Milt Preservation

    SUMMARY

    The Department of Fisheries and Oceans has a requirement to set up a standing offer agreement for Salmonid Milt Preservation services on an “as and when” requested basis. The objective is to award a Standing Offer Agreement (SOA) to one (1) supplier who can provide Salmonid Milt Preservation Services to meet the specific needs of the Statement of Work.

    SCOPE

    The Salmonid Enhancement Program (SEP) plays a key role in Fisheries and Oceans Canada’s work to conserve and manage Pacific salmon stocks. SEP’s hatcheries contribute to the government’s efforts to conserve Pacific salmon populations in crisis and prevent the functional extirpation of local stocks. 

    Currently, there are multiple stocks of Pacific salmon within British Columbia that are in precipitous decline and require enhancement intervention. Due to limited hatchery capacity, the department triages stocks of extreme conservation concern. Triage is based on multiple factors, including whether a given stock is genetically unique within a conservation unit (CU) or designable unit (DU). When the escapement of a particular stock is less than the number of individuals required for an effective population size, the risk of extirpation increases significantly as heterozygosity and genetic diversity are lost.

    Fisheries and Oceans Canada requires the following activities to be conducted:

    1. prepare freshly extracted salmonid milt for cryopreservation
    2. cryopreserve, inventory, and safely and securely store salmonid milt for an indeterminate length of time
    3. safely reanimate milt as and when needed for female gamete fertilization

      Species of salmonids that may be targeted for cryopreservation to support enhancement and research purposes include: Chinook (Oncorhynchus tshawytscha), Coho (Oncorhynchus kisutch), Sockeye (Oncorhynchus nerka), Steelhead (Oncorhynchus mykiss), Atlantic Salmon (Salmo salar).

      PERIOD OF STANDING OFFER

      The period for placing call-ups against any resulting Standing Offer shall be from the date of award of the Standing Offer for a one year period with 3 option year periods to be exercised at the discretion of the Department. Call-ups will not be made for services beyond the above period. Proposed rates will be fixed for the duration of the Standing Offer contract and optional periods.

      ESTIMATED VALUE

      The total limitation resulting from all call-ups issued against this Standing Offer shall not exceed $1,110,000.00, HST/GST included for the entire period of standing offer. The Department does not guarantee any volume of work associated with this Standing Offer Agreement.
      Limitation of Individual Call-ups:
      Individual call-ups issued under this Standing Offer Agreement shall not exceed $100,000.00 (inclusive of all expenses and Applicable taxes).

      Location of Work, Work site and Delivery Point:

      The work will be conducted in British Columbia for the Big Bar Response and across Canada for SEP.
      Work will be performed at the Contractor’s premises and on location when technical work is required at the collection site.

      SECURITY

      There is no security requirement for this contract.

      INTELLECTUAL PROPERTY

    The Department of Fisheries and Oceans has determined that any intellectual property rights arising from the performance of the Work under the resulting contract will belong to Canada, on the following grounds: where material developed or produced consists of material subject to copyright, with the exception of computer software and all documentation pertaining to that software.

    TRADE AGREEMENTS

    The requirement is subject to the Canada-Chile Free Trade Agreement (CCFTA), Canada-Colombia Free Trade Agreement, Canada-Peru Free Trade Agreement (CPFTA), World Trade Organization-Agreement on Government Procurement (WTO-AGP), Canada-Panama Free Trade Agreement, Canada-Korea Free Trade Agreement (CKFTA), Canada - Ukraine Free Trade Agreement (CUFTA), Canada - European Union Comprehensive Economic and Trade Agreement (CETA), Canada-Honduras Free Trade Agreement, the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), and the Canadian Free Trade Agreement (CFTA).

    COMPREHENSIVE LAND CLAIMS AGREEMENTS

    The Request for Standing Offers (RFSO) is to establish one (1) Standing Offer for the requirement detailed in the RFSO, to the Identified Users across Canada, excluding locations within Yukon, Northwest Territories, Nunavut, Quebec, and Labrador that are subject to Comprehensive Land Claims Agreements (CLCAs). Any requirement for deliveries to locations within CLCAs areas within Yukon, Northwest Territories, Nunavut, Quebec, or Labrador will have to be treated as a separate procurement, outside of the resulting standing offers.

    SELECTION METHOD

    The basis of selection is Highest Compliant Combined Rating of Technical Merit and Price.

    Contract Authority:

    Name: Olivier Trinh

    Phone Number: 873-455-0475

    Email Address: DFOtenders-soumissionsMPO@dfo-mpo.gc.ca c.c.: olivier.trinh@dfo-mpo.gc.ca

    Inquiries:

    Inquiries regarding this RFP requirement must be submitted to the Contracting Authority named above. BIDDERS ARE ADVISED THAT “BUYANDSELL.GC.CA” IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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
    Trinh, Olivier
    Phone
    873-455-0475
    Email
    olivier.trinh@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

    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
    14
    000
    French
    1

    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 Standing Offer
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    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: