CONDUCT AIRBORNE BATHYMETRIC LIDAR

Solicitation number F5962-121020/C

Publication date

Closing date and time 2016/08/11 13:00 EDT

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: 
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    CONDUCT AIRBORNE BATHYMETRIC LIDAR
    
    F5962-121020/C
    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 sevices 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. Public Service and Procurement Canada (PSPC) 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 andOceans Canada. Under the Oceans Act, the Minister of Fisheries and Oeans 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 deliveryof a flexible, affordable, and substainable hydrographic survey program to meet Canad's foreeeable hydrographic requirements. Airborne Light Detection and Ranging (LIDAR) Bathymetric Surbeys are part of this multi-platform approach.
    
    The established list of Contractors will remain in effect for a 5 year period and 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 PSPC's intention to issue Supply Arrangements that covers all of Canada. The Supply Arrangement will be accessed through one of the seven Canadian Hydrographic Service (CHS) office: Pacific Region, Central and Artic Region, Quebec Region, Atlantic Region, Newfoundland Region and National Capital Region. 
    
    A Notice will be posted "once a year" on the Government Electronic Tendering Site (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 provisionofAirborne 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-qualifiedsuppliers 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 applyto 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 estabish a framweork 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 andinclude 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, PSPC 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 Proppsal (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 esults 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 productsto be delivered to the designated location.
    
    For Stage 1, a competitive RFSA is posted on www.buyandsell.gc.ca with information regarding the requirements. Offerors are requested to submit a proposal that meets the mandatory requirements of the RFSA.Anevaluation 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 usedtoupdate CHS nautical charts on an as and when requested basis. All responsive offerors are included on the SA Holders lists. 
    
    For Stage 2, in accordance with the Supply Arrangement issued in Stage 1, a Request for Proposal (RFP) is sent to one or moresuppliers 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. Department/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 allapplicable taxes). Public Service and Procurement Canada (PSPC) 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 PSPC office provides procurement services to the public in English.
    
    Inquiries: All inquiries of a technical nature and all questions of a contractural nature are to be submitted to the ContractingAuthority: 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) calendar 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
    5
    001
    English
    9
    000
    French
    7
    000
    English
    47

    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
    ,
    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

    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: