Regional Individual Standing Offer (RISO) for Support Services
to Research
Solicitation number F5244-110605/A
Publication date
Closing date and time 2012/12/10 13:00 EST
Description
Trade Agreement: Agreement on Internal Trade (AIT) Tendering Procedures: Generally only one firm has been invited to bid Attachment: None Non-Competitive Procurement Strategy: Interchangeable Parts Comprehensive Land Claim Agreement: No Vendor Name and Address: BDR Research Limited P.O. BOX 652, STATION CENTRAL HALIFAX Nova Scotia Canada B3J2T3 Nature of Requirements: F5244-110605/A Hawes, Gina Telephone No. - (902) 496-5324 ( ) Fax No. - (902) 496-5016 Title: Regional Individual Standing Offer (RISO) for Support Services to Research 1. 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 requirement The Department of Fisheries and Oceans Canada has a requirement for support services to research. The requirement includes security provisions at the Reliability Status Level. The Centre for Offshore Oil, Gas and Energy Research (COOGER), a Centre of Expertise within Fisheries and Oceans Canada (DFO), is responsible for the management and conduct of an extensive and ongoing multilateral research and development program on oil spill countermeasures, impact assessment of waste discharges associated with offshore oil and gas operations, and the effects of renewable energy devices (e.g. tidal in-stream turbines) on marine ecosystems. This expanding program requires sourcing expertise and labour not currently available within DFO, and which must be provided by a reputable service contractor under a Standing Offer. Under this five-year Standing Offer the contractor is requested to provide, on an as and when required basis, administrative and technical support to this research and development program. The following are descriptions of work expected to be carried out under the Standing Offer. The work positions are not linked to specific projects in the next five years, but serve as an aid in defining the type of work required. Administrative Support/Production and Technical Graphics Biological Data Collection and Analysis Chemical Data Collection and Analysis Chemical Data Processing Laboratory and Field Research Chemical and Environmental Engineering Environmental Biology Location of Work: Bedford Institute of Oceanography, Dartmouth, Nova Scotia On occasion, research will be conducted in the field, both on land and at sea. The contractor shall ensure that personnel are able and willing in all respects to travel within Canada and internationally (primarily the United States) as well as work for extended periods of time in remote and under-serviced land-based field camps and at sea in various types of vessels. 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 services meets the following requirements: Must have the specialized knowledge, expertise and experience required to provide the services, and the proposed vendor is the only known company that can provide the services under the conditions required by COOGER. COOGER is the only research group in Canada that is conducting oil spill research using a meso-scale wave tank facility combined with instruments including a LISST and innovative fluorescence technology. It is also the only group that studies the fate and effects of produced water discharges, using a combination of specialized field research at sea and laboratory analyses at BIO. The work must be conducted on-site at the Bedford Institute of Oceanography by an experienced research team. 4. Justification for the Pre-Identified Supplier The proposed vendor has significant specialized expertise and ability to perform the required services in a timely and cost effective manner. This specialty includes extensive knowledge of chemical oil dispersants and how they affect the behaviour of oil under different energy regimes and with the application of OMA. It requires the ability to operate the BIO wave tank facility, including computer software written specifically for the wave tank. The work also requires a high degree of ability to use a LISST particle counter and fluorometers in combination with laboratory and wave tank experiments to study oil spill fate and behaviour. The vendor must have significant experience conducting complex field sampling and laboratory analyses (at sea) of produced water discharges, and be able to conduct comprehensive analytical research at BIO on waters using radio-isotopes. The proposed vendor has radiation safety training and is very experienced in conducting laboratory research on produced water using radio-isotopes. As well, the proposed vendor has worked for at least the past five years directly with DFO on chemical oil spill research, including operating the BIO wave tank facility and conducting experimental research using DFO's laboratory equipment. 5. Government Contracts Regulations Exception(s) The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work". 6. The period of the proposed contract The proposed contract is for a period of five (5) year period commencing from date of award. 7. Name and address of the pre-identified supplier BDR Research Limited P.O. Box 652, Station Central Halifax, Nova Scotia B3J2T3 Canada 8. 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. 9. The closing date for a submission of a statement of capabilities The closing date and time for accepting statements of capabilities is November 28, 2012 at 2:00 P.M. ADT 10. Inquiries and submission of statements of capabilities Inquiries and statements of capabilities are to be directed to: Gina Hawes Supply Specialist Public Works and Government Services Canada Acquisitions Branch 1713 Bedford Row Halifax, Nova Scotia Telephone: 902-496-5324 Facsimile: 902-496-5016 E-mail address: gina.hawes@pwgsc.gc.ca This PWGSC office provides procurement services to the public in English. 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
-
Agreement on Internal Trade (AIT)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Hawes, Gina
- Phone
- (902) 496-5324 ( )
- Fax
- (902) 496-5016
- Address
-
1713 Bedford Row
Halifax, N.S./Halifax, (N.É.), B3J 3C9
Buying organization(s)
- Organization
-
Fisheries and Oceans Canada
- Address
-
200 Kent St, Station 13E228Ottawa, Ontario, K1A 0E6Canada
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.