CONDUCT AIRBORNE BATHYMETRIC LIDAR

Solicitation number F5962-121020/B

Publication date

Closing date and time 2015/03/31 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    CONDUCT AIRBORNE BATHYMETRIC LIDAR
    
    F5962-121020/B
    Collier, Susan
    Telephone No. - (902) 496-5350 
    Fax No. - (902) 496-5016
    
    All vendors currently qualified are not required to resubmit the
    RFSA for the extension period. All vendors currently qualified
    under Supply Arrangement F5962-121020/A are not required to
    re-submit the RFSA for the extension period. If you are unable
    to provide services in any particular region please provide
    details to the Contracting Authority identified in the RFSA
    documents. 
    The Department of Fisheries and Oceans has a requirement to
    establish a Supply Arrangement for as-and-when-required services
    to conduct Airborne Bathymetric LIDAR surveys throughout Canada
    and deliver fully processed and verified hydrographic survey
    data which will be used to update CHS nautical charts. PWGSC
    intends to issue multiple Regional Master Supply Arrangements.
    
    The Canadian Hydrographic Service (CHS) is a division of the
    Science Branch of the Department of Fisheries and Oceans Canada.
    Under the Oceans Act, the Minister of Fisheries and Oceans has
    the authority to conduct hydrographic surveys and to produce and
    distribute nautical charts and other nautical publications
    within Canadian territorial waters. The CHS must adhere to
    rigorous, internationally-recognized standards and guidelines
    when conducting hydrographic surveys.
    
    CHS seeks to implement an integrated multi-platform approach to
    Hydrographic surveying in Canada's navigable waters. This allows
    for the delivery of a flexible, affordable and sustainable
    hydrographic survey program to meet Canada's foreseeable
    hydrographic requirements. Airborne Light Detection and Ranging
    (LIDAR) Bathymetric Surveys are part of this multi-platform
    approach.
    
    The established list of Contractors will remain in effect until
    July 11, 2015, with an option to extend and/or will remain valid
    until such time as Canada no longer considers it to be
    advantageous to use it.
    
    The requirement is subject to the provisions of the Agreement on
    Internal Trade (AIT).
    
    It is PWGSC's intention to issue one (1) Regional Master Supply
    Arrangement that covers all of Canada. The Supply Arrangement
    will be accessed through one of the seven Canadian Hydrographic
    Service (CHS) offices: Pacific Region, Central and Arctic
    Region, Quebec Region, Atlantic Region, Newfoundland Region and
    National Capital Region.
    
    A Notice will be posted "once a year"  on the Government
    Electronic Tendering Service (GETS) to allow new suppliers to
    become qualified. Existing qualified suppliers, who have been
    issued a supply arrangement, will not be required to submit a
    new arrangement.
    
    There is no pricing requested in this document as it will be
    used to pre-qualify bidders (by issuing Supply Arrangements) for
    future Request for Proposals (RFPs). 
    
    This Request for SUPPLY ARRANGEMENT (RFSA) consists of issuing a
    number of Supply Arrangements (SA) for Fisheries and Oceans
    within Canada . This Supply Arrangement (SA) is an agreement
    between Suppliers (SA Holders) and Canada for the provision of
    Airborne Bathymetric LIDAR surveys throughout Canada and deliver
    fully processed and verified hydrographic survey data which will
    be used to update CHS nautical charts on an as and when
    requested basis.
    
    A SUPPLY ARRANGEMENT is a list of pre-qualified suppliers
    identified as potential sources from which PWGSC or other
    government departments and agencies, can obtain firm prices
    quotations on specific requirements. Supply Arrangements include
    a set of predetermined terms and conditions that will apply to
    any subsequent contracts.
    
    Supply Arrangements resulting from this RFSA are for the
    exclusive use of Fisheries and Oceans Canada, within Canada only.
    
    The intent of a SA is to establish a framework with a Supplier
    to permit the expeditious processing of legally binding
    contracts for Airborne Bathymetric LIDAR surveys throughout
    Canada and deliver fully processed and verified hydrographic
    survey data which will be used to update CHS nautical charts.
    SAs establish a set of procurement procedures and include a
    minimum set of terms and conditions which will apply to any
    resulting contract(s).
    
    The SA method of supply will be used to satisfy "as and when
    requested" requirements of authorized departments and agencies.
    Through this process, PWGSC establishes SAs with suppliers, to
    provide specific services and or goods during a specified
    period. The SA is not
    in itself a Contract, but rather a base document that forms part
    of the future Request for Proposal (RFP) and resulting contract.
    When being issued a SA, the offeror accepts the obligation to
    provide the specified goods in accordance with the SA, under any
    resulting contracts that may be awarded. Any resulting Contracts
    will be established as a result of a RFP. These RFPs
     will specify the specific requirements of the authorized
    departments and/or agencies, and may contain additional terms
    and conditions that the bidder must meet.
    
    This SUPPLY ARRANGEMENT process has two stages:
        
    Stage 1 is the Request for SUPPLY ARRANGEMENT (RFSA) that
    results in the issuance of a SUPPLY ARRANGEMENT to offeror(s)
    and the creation of a SUPPLY ARRANGEMENT Holder List.
        
    Stage 2 is the Request for Proposal (RFP) to SUPPLY ARRANGEMENT
    Holders and may result in the issuance of a Contract, for
    specific products to be delivered to the designated location.
    
    For Stage 1, a competitive RFSA is posted to MERX with
    information regarding the requirements. Offerors are requested
    to submit a proposal that meets the mandatory requirements of
    the RFSA. An evaluation of the offers is completed and the
    responsive offeror(s) will be issued a SUPPLY ARRANGEMENT (SA)
    for Airborne Bathymetric LIDAR surveys throughout Canada and
    deliver fully processed and verified hydrographic survey data
    which will be used to update CHS nautical charts on an as and
    when requested basis. All responsive offerors are included on
    the SA Holders list.
    
    For Stage 2, in accordance with the SUPPLY ARRANGEMENT issued in
    Stage 1, a Requests for Proposal (RFP) is sent to one or more
    suppliers on the SA Holder List depending on the dollar value of
    the requirement. Based on the evaluation procedures and basis of
    selection outlined in the RFP, a resulting Contract is awarded.
    The dollar value of the requirement will determine whether
    authorized departments/agencies or PWGSC will conduct the Stage
    2 process. Departments/Agencies may issue, under their own
    contracting authority, contracts for requirements not exceeding
    their financial limitation up to a maximum of $400,000.00
    (including all applicable taxes). Public Works and Government
    Services Canada (PWGSC) will issue Contracts for requirements
    that exceed the financial limitations of Departments.
    
    Individual contracts issued subsequent to the stage 2 process of
    the SA will be in accordance with the terms and conditions of
    the SA. 
    
    This Public Works and Government Service Canada office provides
    procurement services to the public in English.
    
    INQUIRIES: All inquiries of a technical nature and all questions
    of a contractual nature are to be submitted to the Contracting
    Authority: Susan Collier, telephone (902) 496-5350, facsimile:
    (902) 496-5016. Inquiries are to be made in writing and should
    be received no less than five (5) calendars days prior to the
    closing date to allow sufficient time to respond.
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    
    Delivery Date: Above-mentioned
    
    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)

    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
    Collier, Susan
    Phone
    (902) 496-5350 ( )
    Fax
    (902) 496-5016
    Address
    1713 Bedford Row
    Halifax, Nova Scot, B3J 3C9

    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
    001
    French
    4
    000
    French
    8
    001
    English
    14
    000
    English
    39

    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 Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    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: