SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

Underwater Video Plankton Recorder

Solicitation number F5955-190029/A

Publication date

Closing date and time 2019/07/26 13:00 EDT


    Description
    Trade Agreement: NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Government Objectives Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    SEASCAN INC.
    348 Gifford Street
    UNIT E
    Falmouth Massachusetts
    United States
    Nature of Requirements: 
    
    
    
    1.  Advance Contract Award Notice (ACAN) for an Underwater Video Plankton Recorder.
    
    
    
    2.  Definition of the requirement
     
    Foraging habitats of the endangered North Atlantic Right Whale are characterized by high concentrations of Calanus copepods (i.e., an abundant type of zooplankton) in near-surface and deep water. To characterize and understand the formation of these high-concentration areas requires an instrument that can measure fine-scale spatial distributions of copepods in-situ and characterize their environmental context. Such an instrument must provide both adequate image resolution to differentiate Calanus (large, dominant copepods) at the genus level and adequate volume sampled to detect copepods at moderate concentrations. Plankton imagers, which are essentially underwater microscopes, trade off image resolution with volume sampled (i.e., taxonomic resolution vs. detection limit), resulting in a limited range of suitable designs. To understand the influence of the ocean environment on copepod distributions, depth-specific measurements of water properties such as temperature, salinity, fluorescence (a proxy for phytoplankton biomass) and turbidity must be made simultaneous with the plankton observations. To facilitate analysis of small-scale plankton-environment relationships and reduce the risk of misaligning the two data streams during post-hoc integration, plankton imager design should integrate both plankton and environmental observations, either in a common data stream or by associating them with a common metadata stream. 
    To support a broad range of sampling opportunities, the plankton imager should be easy to use on a variety of different sampling platforms, including small platforms without a dedicated winch and conducting cable for the plankton imager. In practice, this means that the imager should be designed for autonomous use: equipped with battery power and an on-board processor and digital storage designed to log data for later download. Plankton imagers are generally developed by academic research groups. Although designs and research results have been published for several plankton imagers, few are developed to a commercial level for purchase and “off-the-shelf” use. Fisheries and Oceans Canada (DFO), Maritimes Region, does not have such an instrument in its inventory and is seeking a Digital Autonomous Video Plankton Recorder (DAVPR) instrument. 
    
     
    Mandatory Specifications for a Digital Autonomous Video Plankton Recorder
    
    1. Instrument must be fully functional and ready for use upon delivery.  
    2. Images are to be taken in undisturbed water using strobe illumination and area scan camera.
    3. Images require resolution of 30 µm per pixel or higher resolution, and system must have a detection limit of 0.5 individuals per litre or less. The stated combination of image resolution and detection limit is suitable for imaging Calanus copepod (size ca. 2-5 mm) aggregations. 
    4. Variable magnification is required to provide the flexibility to qualify taxa of different sizes.
    5. Conductivity, Temperature, and Depth (CTD) and fluorescence and turbidity sensors integrated into instrument operation.
    6. Autonomous operation on battery power. Battery life of at least 4 hours is required.
    7. Hard drive capacity to store image and associated data collected continuously for at least 4 hours. 
    8. Data stream managed by on-board processer integrating image data with date, time, and oceanographic data. 
    9. Instrument frame design suitable for both underway profiling (tow-yo) and stationary profiling deployment modes.
    10. Depth rated to 1000 m.
    11. Temperature rating -10 to 45 degrees C.
    12. Weight of DAVPR and frame less than 150 kg in air.
    13. The equipment must be new.
    
    
    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 system meets the following requirements: 
    
    
    1. Instrument must be fully functional and ready for use upon delivery. 
    2. Images are to be taken in -
    a. undisturbed water using strobe illumination and area scan camera.
    3. Images require resolution of -
    a. 30 µm per pixel or higher resolution, and 
    b. system must have a detection limit of 0.5 individuals per litre or less. 
    c. The stated combination of image resolution and detection limit is suitable for imaging Calanus copepod (size ca. 2-5 mm) aggregations. 
    4. Variable magnification is required to provide the flexibility to qualify taxa of different sizes.
    5. Conductivity, Temperature, and Depth (CTD) and fluorescence and turbidity sensors integrated into instrument operation.
    6. Autonomous operation on battery power, and
    a. Battery life of at least 4 hours is required.
    7. Hard drive capacity to store image and associated data collected continuously for at least 4 hours. 
    8. Data stream managed by on-board processer integrating image data with date, time, and oceanographic data. 
    9. Instrument frame design suitable for both underway profiling (tow-yo) and stationary profiling deployment modes.
    10. Depth rated to 1000 m.
    11. Temperature rating -10 to 45 degrees C.
    12. Weight of DAVPR and frame less than 150 kg in air.
    13. The equipment must be new.
    
    
    4.  Applicability of the trade agreements to the procurement 
    
    This procurement is subject to the following trade agreements: 
    -Canada Free Trade Agreement (CFTA)
    -North American Free Trade Agreement (NAFTA)
    
    
    5.  Justification for the Pre-Identified Supplier 
    
    Seascan Inc. is the only known supplier as identified by the client that can supply the item identified above and that this company specializes in oceanographic imaging equipment.
       
    
    6.  Government Contracts Regulations Exceptions 
    
    The following exception to the Government Contracts Regulations is invoked for this procurement under Part 1, Conditions of Contract Entry, Bids, Section 6, Subsection (d) - "only one person is capable of performing the work".
    
    
    7.  Exclusions and/or Limited Tendering Reasons
     
    As stated in the PWGSC Supply Manual, Chapter 3, and Annex 3.2 -   Limited Tendering reasons contained in the trade agreements
    
    The following exclusions and/or limited tendering reasons are invoked under the 
    -Canada Free Trade Agreement (CFTA) - Article 513.1(b) (iii)
    -North American Free Trade Agreement (NAFTA) - Article 1016.2(b)
    
    According to Article 513 CFTA - Limited Tendering Paragraph 2 (b) (iii)
    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: 
    1.1.1. due to an absence of competition for technical reasons;
    
    According to Article 1016 of NAFTA:  Limited tendering, sub para 2(b) -
    Where, for works of art, or for reasons connected with protection of patents, copyrights, or other exclusive rights, or proprietary information, or where there is an absence of competition, for technical reasons, the goods or services can be supplied only a particular supplier and no reasonable alternative or substitute exists.
    
    
    8.  Period of the proposed contract or delivery date 
    
    The system must be delivered on or before 20 weeks after Contract award.
     
     
    9.  Name and address of the pre-identified supplier
    
    Seascan Inc.
    348 Gifford Street 
    Unit E, Falmouth, MA 02540.
    
    10.  Suppliers' right to submit a statement of capabilities
    
    Suppliers who consider themselves fully qualified and available to provide the goods 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.
    
    
    11.  Closing date for a submission of a statement of capabilities
    
    The closing date and time for accepting statements of capabilities is July 26, 2019 at 2:00 p.m. AST.
    
    
    12.  Inquiries and submission of statements of capabilities
    
    Valerie Matheson, Supply Officer
    Public Services and Procurement Canada, Acquisitions 
    Government of Canada
    1713 Bedford Row
    Halifax, Nova Scotia B3J 1T3
    E-mail: valerie.matheson@tpsgc-pwgsc.gc.ca
    Tel:  (902) 403-6236
    
    13.  Delivery location
    
    Fisheries and Oceans
    Ocean and Ecosystem Sciences Division
    Bedford Institute of Oceanography
    1 Challenger Drive
    Dartmouth, NS   B2Y 4A2
    
    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.
    
    
    
    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

    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • 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
    Matheson, Valerie
    Phone
    (902) 403-6236 ( )
    Email
    valerie.matheson@pwgsc-tpsgc.gc.ca
    Fax
    (902) 496-5016
    Address
    1713 Bedford Row
    Halifax, N.S./Halifax, (N.É.)
    Halifax, Nova Scot, B3J 1T3

    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
    Procurement method
    Non-Competitive
    Selection criteria
    Consulting Services Regarding Matters of a Confidential Nature

    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: