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) 

Hydrological Discharge Measuring and Observing Instrument

Solicitation number K3E3C-220783/A

Publication date

Closing date and time 2021/12/23 16:00 EST


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    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: 
    Hoskin Scientific Limited
    3735 Myrtle St
    Burnaby British Columbia
    Canada
    V5C4E7
    Nature of Requirements: 
    
    1. Advance Contract Award Notice
    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
    Environment and Climate Change Canada (ECCC), Water Survey (WSC) branch Alberta, has a requirement for the supply and delivery of two (2) remote control boat and accompanying accessories for obtaining hydrological measurements with Acoustic Doppler Current Profilers (ADCP) Sontek M9.
    Water Survey in Alberta is operating around 400 hydrometric stations across Alberta. Water Level is monitored every 5 min and discharge is measured approximately every month. There is different ways to measure discharge depending on the Water Level. At high to medium water level, it’s too dangerous to do a wading measurement and alternative ways to measure discharge need to be used. Many of these stations have condemned cableways now and the only solution is to use a remote control boat with an ADCP. The HR Wallingford ARC-boat lite is the appropriate alternative at many of our stations. These measurements are important because they validate a rating curve and can predict flooding on the long term. WSC branch Alberta, is looking to buy two HR Wallingford ARC-boat Lite in order to be able to measure high to medium water level with our ADCP Sontek M9 at many stations that have no alternative ways to get these measurements. 
    
    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 equipment  meets the following requirements:
    3.1 Hydrological Discharge Measuring and Observing Instrument
    M1: Remote boat should be fit to use with an ADCP M9 and it’s GPS.
    M2: Portable. The boat must be able to be transported within the cabin of an A-Star Helicopter with a field crew of two persons (not including the pilot). Maximum Transport Dimensions: - Maximum Length 1.4 meters. Boats in excess of 1.4 meters must have the ability to be disassembled in under 30 minutes with minimal tools into two components with no component measuring more than 1.4 meters in length.; - Maximum width of 0.75 meters; and - Maximum depth of 0.32. Must also be transported by only one person. 
    M3: The hull must be designed to accept and efficiently operate ADCP M9 with minimal flow disturbance to the acoustic head. Must be rigid and robust and able to accept minor knocks and damage from debris flowing or rocks near the banks.
    M4: Light. Maximum boat weight including batteries and ADCP - 45kg or unladen weight of less than 18 kg.
    M5: The boat requires high operating speeds for high gradient streams. - The boat must have two propellers for high manoeuverability; and the boat must have the ability to operate in river velocities of maximum 3 m\s.
    M6: The unit must come complete with batteries that provide for minimum of 4 hours operation before recharging.
    M7: Charging system for the batteries must be included.
    M8: The boat must have a remote control with a minimum operational range of 200m.
    M9: The manufacturer must provide a minimum one year warranty.
    M10: Incorporated Bluetooth link for data transmission to an onshore laptop.
    
    
    4. Applicability of the trade agreement(s) to the procurement
    The procurement is subject to the following trade agreements:
    01.) Canadian Free Trade Agreement (CFTA)
    
    5. Justification for the Pre-Identified Supplier
    The pre-identified supplier is the only supplier that we are aware of who offers a product which meets all the Minimum Essential Requirements listed above in point number 3. There is a limited market for this specialized product around the world as well as in Canada. 
    
    ECCC, following the 'Green Procurement Strategies', is attempting to buy the product in Canada which we are trying to do here. Hoskin Scientific Ltd. is the only known Canadian organization capable of successfully provided this product to be used with ECCC’s ADCP Sontek M9. This boat meets and or exceeds our requirements and provides a solution for obtaining discharge measurements in medium and high flows where alternate measurement platforms such as cableways or bridges are not available. 
    
    
    6. Government Contracts Regulations Exception(s)
    The following exception(s) to the Government Contracts Regulations is invoked for this procurement under subsection 6 (d) - only one person is capable of performing the contract.
    
    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) - Article 513.1(b) (iii)
    1. Subject to paragraphs 2 and 3, and provided that it does not use this provision for the purpose of avoiding competition among suppliers or in a manner that discriminates against suppliers of any other Party or protects its own suppliers, a procuring entity may use limited tendering in the following circumstances:  
    (b) if the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons:
    
    (iii) due to an absence of competition for technical reasons; 
    
    8. Delivery Date
    All the deliverables must be on or before March 31, 2022. 
    
    9. Cost Estimate of the Proposed Contract
    The estimated value of the contract, is approximately $52,978.80 (Including GST)
    
    10. Name and Address of the Pre-identified Supplier 
    Hoskin Scientific Limited
    3735 Myrtle St
    Burnaby, BC V5C 4E7
    
    11. Suppliers Right to Submit a Statement of Capabilities:
    Suppliers who consider themselves fully qualified and available to provide the 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.
    
    12. Closing Date for a Submission of a Statement of Capabilities
    The closing date and time for accepting statements of capabilities is December 23, 2021 at 2:00 p.m. MST.
    
    13. Inquiries and Submission of Statements of Capabilities
    Inquiries and statements of capabilities are to be delivered to:
    Matthew Virakorn
    Procurement Officer 
    Public Works and Government Services Canada
    9700 Jasper Avenue
    Edmonton, AB   T5J 4C3
    
    Email: matthew.virakorn@pwgsc-tpsgc.gc.ca
    Telephone:  (780) 278-6153
    Facsimile:    (418) 566-6167
    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

    • Canadian Free Trade Agreement (CFTA)

    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
    Virakorn, Matthew
    Phone
    (780) 278-6153 ( )
    Email
    Matthew.Virakorn@pwgsc-tpsgc.gc.ca
    Fax
    (418) 566-6167
    Address
    Canada Place/Place du Canada
    Suite 1000
    10th Floor/10e étage
    9700 Jasper Ave/9700 ave Jasper
    Edmonton, Alberta, T5J 4C3

    Buying organization(s)

    Organization
    Environment 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
    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: