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) 

Antenna Array

Solicitation number 5P427-190123/A

Publication date

Closing date and time 2019/07/22 16:00 EDT


    Description
    Trade Agreement: NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    BIOMARK INC
    703 S. AMERICANA BLVD, SUITE 150
    BOISE Idaho
    United States
    83702
    Nature of Requirements: 
    
    Antenna Array
    
    5P427-190123/A
    Loi, Ngan
    Telephone No. - (403) 973-2796 
    Fax No. - (306) 975-5397
    
    1. Advance Contract Award Notice (ACAN)
    
    An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.
    
    2. Definition of the requirement
    
    Parks Canada, Waterton Lakes National Park has a requirement for the supply, delivery, and installation of a Passive Integrated Transponder (PIT) Tag Antenna Array on Blakiston Creek to track the movements of tagged bull trout, a Species at Risk. 
    
    The PIT tag antenna array must be able to read ISO certified (ISO 11784/11785) compliant and ICAR approved 12.5mm 134.2 kHz ISO FDX-B PIT tags in bull trout at the site. The ISO certified PIT tags are already implanted in bull trout and is the system used in Waterton Lakes National Park. The antenna array will be able to track directional movement of tagged fish over the antenna and record individual information from each tagged fish, supporting recovery actions to protect the remaining populations of bull trout. The antenna array will be purchased designed for the project site, with a variety of flow conditions anticipated and multiple years of use at the site. At the end of the project, the antenna array can be relocated to future potential sites. The installation of the antenna will be carried out on-site by a professional technician, and includes system assembly, testing, and staff training.
    
    The product includes:
    
    - An Enclosure with a IS1001 Master Controller and power supply, Battery Switching Power Supply, and DC-DC Supply;
    - Two channel spanning HDPE antennae with 6 IS1001-24V Antenna Control Nodes, 4 Mid Nodes in series, and 2 Sub End Node in series;
    - Two 100' Can BUS cables, 200 Superflex 1/2" black conduits, and 40 THRU-STRUT Anchors;
    - Installation and configuration of the antenna on-site by a professional technician; and staff training
    
    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements)
    
    Any interested supplier must demonstrate by way of a statement of capabilities that its system meets the following requirements:
    
    a) A complete turn-key system including delivery, installation and full system onsite configuration, and staff training. 
    
    b) A PIT tag antenna system that can read ISO certified (ISO 11784/11785) compliant and ICAR approved 12.5mm 134.2 kHz ISO FDX-B PIT tags in fish at the site.
    
    c) A stream width antenna array that can span approximately 20m of stream channel and record directional movement of fish.
    
    d) A submersible enclosure, a master control unit, and the required cabling.
    
    4. Applicability of the trade agreement(s) to the procurement
    
    - Canadian Free Trade Agreement (CFTA) 
    - North American Free Trade Agreement (NAFTA)
    
    5. Justification for the Pre-Identified Supplier
    
    Biomark Inc. is the only known supplier who can meet Parks Canada’s requirement. There are no other known suppliers that meet the Minimum Essential Requirements as outlined in the Statement of Capabilities.
    
    6. Government Contracts Regulations Exception(s)
    
    The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work".
    
    7. Exclusions and/or Limited Tendering Reasons
    
    The following exclusion(s) and/or limited tendering reasons are invoked under the:
    
    - Canadian Free Trade Agreement (CFTA) - Articles 513.1(b) (iii) due to an absence of competition for technical reason.
    - North American Free Trade Agreement (NAFTA) - Article 1016.2(b) where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists.
    
    8. Delivery date 
    
    The system must be delivered on or before August 9, 2019. 
    
    9. Cost estimate of the proposed contract 
    
    The estimated value of the contract is $60,016.00 USD
    
    10. Name and address of the pre-identified supplier 
    
    Biomark Inc.
    705 S. 8th Street
    Boise, ID 83702
    USA
    
    11. Suppliers' right to submit a statement of capabilities 
    
    Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN may submit a statement of capabilities in writing to the contact person 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.
    
    12. Closing date for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of capabilities is July 22, 2019.
    
    13. Inquiries and submission of statements of capabilities 
    
    Inquiries and statements of capabilities are to be directed to: 
    
    Ngan Loi 
    Procurement Officer 
    Public Works and Government Services Canada 
    Acquisitions Branch, Western Region 
    759, 220 4 Ave SE
    Calgary, AB T2G 4X3 
    
    Telephone: 403-973-2796 
    Facsimile: 306-975-5397
    E-mail address: ngan.loi@pwgsc-tpsgc.gc.ca
    
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award.  However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    
    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person 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.
    
    The PWGSC 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.
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Exclusive Rights

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Loi, Ngan
    Phone
    (403) 973-2796 ( )
    Email
    ngan.loi@pwgsc-tpsgc.gc.ca
    Fax
    (306) 975-5397
    Address
    Harry Hays Building (HHB)
    Room 759, 220-4th Avenue SE
    Calgary, Alberta, T2G 4X3

    Buying organization(s)

    Organization
    Parks Canada
    Address
    30 Victoria Street
    Gatineau, Quebec, J8X 0B3
    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
    Alberta
    Procurement method
    Non-Competitive

    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: