Standing Offer for GPS trackers
Solicitation number K8A30-161649/A
Publication date
Closing date and time 2016/04/28 14:00 EDT
Description
Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: Generally only one firm has been invited to bid Non-Competitive Procurement Strategy: Exclusive Rights Comprehensive Land Claim Agreement: No Vendor Name and Address: Ecotone Goc, Iliszko, Meissner sp.j. Ul. Slowackiego 12 Poland 81-871 Nature of Requirements: 1. Advance Contract Award Notice (ACAN) 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 the requirement The Department of Environment Canada has a requirement for the supply of approx. 360 various Global Positioning Systems (GPS) tracking tags for deep-diving seabirds per year over the course of the next 2 years. 3. Mandatory Requirements Any interested supplier must demonstrate by way of a statement of capabilities that its product/equipment/system (as appropriate) meets the following requirements: 1- The GPS tracking systems must provide location estimates with GPS level of accuracy (0-2.5m). 2- The GPS tracking data can be downloaded to a central base station to ensure data will be recovered without the need to recapture the taggedbirds. 3- The GPS must be waterproof and have been properly pressure tested to depths of 250m. 4- GPS tag must be <2.5% species body weight: •Cassin’s Auklet •R. Auklet •T-B. Murre •C. Murre • C. Eider •Herring Gull 5- GPS tracking systems musthave a long-range download function for communicating over distances of 2km or more. 6- GPS tags must have an automatic GPS shut-off function when in range of the base station 7- GPS tags must have an automatic GPS shut-off function when an individual is diving 8- GPS tags must have the ability to record dive duration 9 - GPS tags must have proven capacity to operate successfully when deployed during summer on arctic breeding seabirds. Proposed product list Line Item PN 1 ALLE-60 backpack ~4,2g, , diving sensor, UHF bidirectional link. ALLE-60 2 URIA-60 backpack, diving sensor, UHF bidirectional link. URIA-60 3 URIA-100 backpack ~8g, diving sensor, UHF bidirectional link. URIA-100 4 URIA-300 backpack ~13,5g, diving sensor, UHFbidirectional link. URIA-300 5 HARIER-L GPS-UHF tracker with internal UHF, anetenna, weight HARIER-L from 12-13g , long range UHF, download, temperature sensor, digital radio telemetry 6 HARIER-MGPS-UHF tracker with internal UHF download, antenna, HARIER-M weight from 15 g, long range UHF temperature sensor, digital radio telemetry 7 EP BS-P5 base station, omnidirectional antenna, accessories. EP BS-P5 Base station 8 Directional Antenna DIRANT 9 Battery Grip for Base station / Battery Grip for BS-11 BS-BATTERY GRIP 10 Charger for loggers LiPo batteries (for 100-240V power source) LIPO - CHARGER 100-240v 11 Ecotone Telemetry logger mounting set - 6.5mm, 1m teflon tape and T-MOUNT_6 (1M) 6 metal crimps 4. Applicability of the trade agreement(s) to the procurement This procurement is subject to the following trade agreement(s): • Agreement on Internal Trade (AIT) • World Trade Organization Agreement on Government Procurement (WTO-AGP) • The Canada-Chile Free Trade Agreement (CCFTA) • Canada - Colombia Free Trade Agreement and the Canada-Peru Free Trade Agreement (CPFTA). • North American Free Trade Agreement (NAFTA) 5. Justification for the Pre-Identified Supplier Sole Source Justification - Exception of the Government Contract Regulations (GCR) based on the following: Ecotone Telemetry is the only manufacturer of the required tracking equipment thatmeets all the mandatory performance specifications. They are the original developer and manufacturer of this equipment, they have exclusive property rights for the equipment listed and this equipment is not offered for re-sale by any other equipment distributors. 6. Government Contracts Regulations Exception(s) The following exception(s) to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) only one person is capable of performing the contract 7. Exclusions and/or Limited Tendering Reasons The following exclusion(s) and/or limited tendering reasons are invoked under the following sections: •Agreement on Internal Trade (AIT) - Article 12.b •World Trade Organization - Agreement on Government Procurement (WTO-AGP) - Article XV.1.b •North American Free Trade Agreement (NAFTA) - Article(s) 1016 8. Ownership of Intellectual Property Canada to Own Intellectual Property Rights in Foreground Information on the basis that all data and reports used and produced under this contract as per section 6.4.1 from the Policy on Title to Intellectual Property Arising under Crown Procurement Contracts. 9. Period of Standing Offer The proposed standing offer is for a period of 2 years from the date of issuance plus 1 option year. 10. Estimated Cost The value of the Standing offer, including the option, is estimated at 900,000 Euros. 11. Name and Address of the Proposed Contractor ECOTONE - OFFICE ul. Stryjska 24 81-506 Gdynia, Poland 12. 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. 13. Closing Date The closing date for submitting statements of capabilities is ¬¬¬¬______ at 1400 hours Daylight Savings Time (DST) 14. Standing Offer Authority Benoit Guertin - Supply Specialist, Electrical and Electronics Products Division - HN Public Works and Government Services Canada / Government of Canada Tel.: (819) 420-0331 / Email: benoit.guertin@pwgsc-tpsgc.gc.ca 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
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Canada-Panama Free Trade Agreement
-
Agreement on Internal Trade (AIT)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Reason for limited tendering
A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:
-
Exclusive Rights
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
- Guertin, Benoit
- Phone
- (819) 420-0331 ( )
- Address
-
11 Laurier St./11, rue Laurier
7B3, Place du Portage, Phase IIIGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Environment 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.