Remote Operated Vehicle
Solicitation number 5P038-130092/A
Publication date
Closing date and time 2013/06/06 14:00 EDT
Last amendment date
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: Symphotic TII Corporation 880 Calle Plano, Unit K Camarillo California United States 93012 Nature of Requirements: Remote Operated Vehicle 5P038-130092/A Carrière, Nancy Telephone No. - (613) 545-8764 Fax No. - (613) 545-8067 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. However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed with a full tendering process. Requirement Parks Canada, Ottawa, Ontario has a requirement for the supply and delivery of an Inspection Class Remotely Operated Vehicle (ROV) and equipment. Background The Underwater Archaeology Service (UAS) of Parks Canada conducts comprehensive scientific diving and remote-sensing surveys to identify, inventory, and assess submerged cultural resources within the Parks Canada mandate. This includes the expanding system of National Historic Sites, National Parks, National Park Reserves, National Marine Conservation Areas, National Marine Parks, and Heritage Rivers. The UAS is also the recognized Federal Authority for the evaluation of submerged cultural resources under the provisions of the Canadian Environmental Assessment Act. As such, the UAS is called upon to conduct archaeological site investigations throughout Canada in both marine and fresh water environments (including the Pacific, Atlantic, and Arctic Oceans, as well as the Great Lakes). These diverse operations are subject to highly variable site conditions with respect to current, depth, and visibility. The UAS has a requirement for a 300 m depth rated remotely-operated vehicle (ROV) to support its archaeological survey operations across Canada, specifically to enable the deployment of various underwater imaging and remote-sensing technologies in environments that are either inaccessible or unsafe for its scientific dive team. A highly flexible and expandable ROV platform is required, one that will enable large bandwidth data transmission from multiple sensors, including (but not limited to) broadcast quality high definition (HD) underwater video, high resolution stereo-photogrammetric still photo, and high resolution sector-scanning sonar systems. The system will see future expansion to accommodate Gigabit Ethernet network communication. Accordingly, the system must be equipped for fibre-optic data transmission based on single-mode compatible fibre-optic multiplexers and connectors. The system design must also provide sufficient power distribution and telemetry interface options to enable future integration of ancillary systems such as a 5 function manipulator, so as to add a limited site intervention capability, as well as supplemental lighting if required. The ROV will be deployed from a variety of vessel platforms, including survey vessels belonging to the UAS, as well as on other vessels of opportunity. Consequently, the system must be readily transportable to field locations by commercial air carrier, and must also be of a size and weight allowing manual deployment (and recovery) of the vehicle by a four-person deck crew. Mandatory System Performance Requirements 1. The underwater vehicle must have at least 12 kg of available payload capacity, exclusive of the Customer-supplied instrumentation outlined above (ref 6.). 2. The underwater vehicle must be able to achieve a 3 knot speed in no current without payload. 3. The underwater vehicle and all associated terminations and fittings must be depth rated to at least 300 m sea water. 4. The underwarter vehicle must be a maximum of 100 kg. 5. The Fibre-Optic Telemetry must be single-mode. 6. The underwater vehicle must have a power supply which is 100 - 270 VAC, single phase. Trade Agreements The requirement is subject to the following the North American Free Trade Agreement (NAFTA), the Canada-Peru Free Trade Agreement (CPFTA), Canada-Columbia Free Trade Agreement (CCFTA) and the Agree on Internal Trade (AIT) however it is proposed to invoke limited tendering reasons in accordance with the following: Single Sourcing applies under the following GCR: Section 6d) Only one person is capable of performing the contract: NAFTA: Article 1016: (2b) Limited Tendering Procedures where, for works of art, or for reasons connected with the 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 by a particular supplier and no reasonable alternative or substitute exists; AIT: Article 506, (12b) 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 required: On or before 31 July 2013. The estimated cost of the contract is $150,000.00 + HST if applicable. Sole Source Justification Parks Canada requires a vehicle that can can integrate and deploy Parks Canada's required survey sensors: namely the Kongsberg Oe14-502 WA broadcast quality HD video camera and the Kongsberg 975-21770000 625 kHz to 800 kHz digital scanning sonar head. The bandwidth requirements of the camera system alone dictate the need for fibre-optic telemetry, with multiplexers capable of interfacing with 75 Ohm coaxial HD-SDI format video. Future requirements for Gigabit ethernet communication (for stereo-photogrammetry and 3D laser scanning) will also depend on fibre-optic transmission. The ROV must be integrated with Parks Canada's provided 300 m single-mode fibre-optic umbilical (single-mode offers much higher bandwidth than multi-mode fibres). The fibre-optic multiplexers on the underwater vehicle and surface unit must likewise accept single-mode fibre (Focal 907 HDM2 or equivalent). The ROV must also take 120 VAC (nominal) single-phase power in order to be compatible with the 8kW generator and electrical system on Parks Canada's survey vessel, as well as the portable generators that Parks Canada use when operating small boats. The underwater vehicle must also weigh less than 100 kg so that it can be deployed manually by Parks Canada's field crew. Larger ROVs tend to require higher voltage multi-phase power supplies as well as hydraulic launch and recovery systems. Proposed Supplier: Symphotic Tii Corporation 880 Calle Plano, Unit K Camarillo, CA USA 93012 SUPPLIER'S RIGHT TO SUBMIT A STATEMENT OF CAPABILITIES: "Suppliers who consider themselves fully qualified and available to provide the services and/or 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." Closing date for a submission of a statement of capabilities. 03 June 2013 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. Inquiries and statements of capabilities can be directed to: Nancy Carrière Supply Specialist Public Works and Government Services Canada 86 Clarence St. 2nd Floor Kingston, Ontario K7L 1X3 IMPORTANT NOTICE TO SUPPLIERS Government of Canada is moving its Government Electronic Tendering Service from MERX to Buyandsell.gc.ca/tenders on June 1, 2013 Starting June 1, 2013, federal government tenders (tender notices and bid solicitation documents) will be published and available free of charge on a Government of Canada Web site on Buyandsell.gc.ca/tenders. The Government Electronic Tendering Service on Buyandsell.gc.ca/tenders will be the sole authoritative source for Government of Canada tenders that are subject to trade agreements or subject to departmental policies that require public advertising of tenders. Get more details in the Frequently Asked Questions section of Buyandsell.gc.ca/tenders. After June 1, 2013, all tenders and related documents and amendments will be on Buyandsell.gc.ca/tenders. On June 1, 2013, suppliers must go to Buyandsell.gc.ca/tenders to check for amendments to any tender opportunities that they have been following on MERX prior to June 1. Bookmark Buyandsell.gc.ca/tenders now to be ready for June 1! Delivery Date: 31/07/2013 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)
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
- Carriere, Nancy
- Phone
- (613) 545-8764 ( )
- Fax
- (613) 545-8067
- Address
-
Kingston Procurement
Des Acquisitions Kingston
86 Clarence Street, 2nd floorKingston, Ontario, K7L 1X3
Buying organization(s)
- Organization
-
Parks Canada
- Address
-
30 Victoria StreetGatineau, Quebec, J8X 0B3Canada
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.