SUB-SEA BUOYANCY ASSEMBLIES

Solicitation number F5956-120356/A

Publication date

Closing date and time 2013/01/31 13:00 EST


    Description
    Trade Agreement: NAFTA/AIT/Canada-Peru FTA/Canada-Colombia FTA
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    ROMOR Atlantic Limited
    51 Raddall Avenue
    Unit # 10
    Dartmouth Nova Scotia
    Canada
    B3B1T6
    Nature of Requirements: 
    SUB-SEA BUOYANCY ASSEMBLIES
    
    
    Advance Contract Award Notice (ACAN)
    An ACAN allows departments and agencies to post a notice, for no
    less than fifteen (15) days, indicating to the supplier
    community that it to award a good, service or construction to a
    supplier.
    
    The Department of Fisheries and Oceans has a requirement for the
    supply of various sub-sea buoyancy assemblies.  The purpose of
    this Advance Contract Award Notice (ACAN) is to signal the
    government's intention to award a contract for these goods to
    ROMOR Ocean Solutions, a division of ROMOR Atlantic Ltd., 51
    Raddall Ave., Unit 10, Dartmouth, NS, Canada.  
    
    Before awarding a contract, however, the government would like
    to provide other suppliers with the opportunity to demonstrate
    that they are capable of satisfying the requirements set out in
    this Notice, by submitting a statement of capabilities during
    the 15 calendar day posting period.
    
    If other potential suppliers submit a statement of capabilities
    during the 15 calendar day posting period that meet the
    requirements set out in the ACAN, the government will proceed to
    a full tendering process on either the government's electronic
    tendering service or through traditional means, in order to
    award the contract.
    
    If no other supplier submits, on or before the closing date, a
    statement of capabilities meeting the requirements set out in
    the ACAN, a contract will be awarded to the pre-selected
    supplier.
    
    Background
    The Department of Fisheries and Oceans has a requirement for the
    supply of quantity seven (7) sub-sea buoyancy assemblies, in
    accordance with Specification listed below.  These assemblies
    provide buoyancy and housings for oceanographic instruments. 
    They are used on oceanographic moorings, for conducting
    oceanographic research.
    
    The equipment is to be delivered by no later than 31 March 2013.
     
    
    The estimated value of the contract is $172,400.00 (HST extra).
    
    Minimum Essential Requirements
    Any interested supplier must demonstrate by way of a statement
    of capabilities that its equipment meets the following
    requirements:
    
    Each sub-sea buoyancy assembly must meet the following
    requirements:
    
    Each assembly must be of a capsule shape with a tail; a
    spherical shape is not acceptable.  The capsule / tail design
    offers low drag and decreases mooring oscillation, inclination
    and excursions during high current events.
    Buoyancy material must be solid syntactic foam, with an integral
    mooring frame and handling features (for deployment/recovery).  
    All metal materials (including the integral mooring frame and
    handling features) must be AISI 316 or 316L stainless steel
    alloy.  The mooring frame must be designed with a suitable
    factor of safety for the buoyancy force and dry weight of the
    assembly.  Also, it must feature an eye suitable for connection
    with a commercially-available AISI 316 stainless steel bow
    shackle, each end.
    A fibre-reinforced plastic protective shell or polyurethane
    elastomer shell (for the syntactic foam portion of the exterior)
    must be provided, orange or yellow in (bright) colour.
    The tail section must be made of durable cast polyurethane or
    fibreglass, and of sufficient thickness (strength) for typical
    warehouse and ship handling.  It must be orange or yellow in
    (bright) colour.
    Labeling: each assembly must have its maximum depth rating and
    working load limit for the mooring frame clearly identified on
    the exterior (i.e. XXXX m MAX DEPTH, WLL = XXXX kg).  
    
    Each assembly must include an instrument well and
    mounting/securing hardware for the provision of one Teledyne RD
    Instruments ADCP Work Horse instrument (Quartermaster - 150 kHz,
    Long Ranger - 75 kHz), for both upward and downward looking
    configurations  (data sheets attached).
    An installation drawing, issued for review and approval, prior
    to manufacturing, outlining the details and dimensions of each
    sub-sea buoyancy assembly design.
    
    
    Deliverables:
    
    Assembly	Buoyancy	Depth Rating 	Quantity
    Design A	500 lb	1500 m	1
    Design B	1000 lb	1500 m	1
    Design C	500 lb	3500 m	2
    Design D	1000 lb	3500 m	3
    
    
    
    Justification for the Pre-Selected Supplier
    ROMOR Ocean Solutions is the exclusive, sole reseller of
    Flotation Technologies Inc.'s products to customers in Canada. 
    Flotation Technologies is the is the manufacturer of the sub-sea
    buoyancy assemblies.  Their buoyancy assemblies are designed
    specifically to fit a Teledyne RD Instruments ADCP Work Horse
    oceanographic instrument.  Flotation Technologies has an
    alliance partnership with Teledyne RD Instruments.  Department
    of Fisheries and Oceans (DFO) has a large inventory of these
    instruments (over $750,000.00) and a significant inventory of
    similar buoyancy assemblies from Flotation Technologies.  DFO
    has many years of data collection using this instrumentation
    with this type of buoyancy, where the shape design is critical
    for accurate measurements.  ROMOR Ocean Solutions, as the sole
    reseller of Flotation Technologies' equipment have been
    identified as the only equipment and the only supplier capable
    of meeting the government's requirements.
    
    Suppliers who consider themselves fully qualified and available
    to meet the specified requirements may submit a statement of
    capabilities in writing to the Contracting Authority 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.
    
    
    Contracting Authority
    Inquiries and statements of capabilities are to be directed to
    the Contracting Authority:
    
    Laila Figueredo
    Supply Specialist
    Public Works and Government Services Canada
    Atlantic Region - Acquisitions Branch 
    1713 Bedford Row
    Halifax, Nova Scotia
    B3J 3C9
    
    Telephone:  902-496-5353
    Facsimile:  902-496-5016
    E-mail:  laila.figueredo@pwgsc-tpsgc.gc.ca
    
    
    
    
    
    
    
    
    Policy Information
    
    Applicable Trade Agreements:
    This requirement is subject to the following trade agreements:
    1.  North American Free Trade Agreement (NAFTA)
    2.  The Agreement on Internal Trade (AIT).
    
    The following limited tendering reasons apply:
    
    Government Contracts Regulations GCR 6 (d) only one person is
    capable of  performing the contract.
    
    Subject to NAFTA 1016.2 (b)  when, for works of art or for
    reasons connected with protection of exclusive rights, such as
    patents or copyrights, or in the absence of competition for
    technical reasons, the products or services can be supplied only
    by a particular supplier and no reasonable alternative or
    substitute exists.
    
    Subject to NAFTA 1016.2 (d) for additional deliveries by the
    original supplier that are intended either as replacement parts
    or continuing services for existing supplies, services or
    installations, or as the extension of existing supplies,
    services or installations, where a change of supplier would
    compel the entity to procure equipment or services not meeting
    requirements of interchangeability with already existing
    equipment or services, including software to the extent that the
    initial procurement of the software was covered by this Chapter; 
    
    Subject to AIT 506.12 (a) to ensure compatibility with existing
    products, to recognize exclusive rights, such as exclusive
    licences, copyright and patent rights, or to maintain
    specialized products that must be maintained by the manufacturer
    or its representative.
    
    Subject to AIT 506-12 (b) where there is an absence of
    competition for technical reasons and the goods or services can
    be supplied only by a particular supplier and no alternative or
    substitute exists
    
    
    
    
    
    
    
    
    
    
    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)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Figueredo, Laila
    Phone
    (902) 496-5353 ( )
    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 13E228
    Ottawa, Ontario, K1A 0E6
    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
    Nova Scotia
    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: