SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

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)

    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
    Carriere, Nancy
    Phone
    (613) 545-8764 ( )
    Fax
    (613) 545-8067
    Address
    Kingston Procurement
    Des Acquisitions Kingston
    86 Clarence Street, 2nd floor
    Kingston, Ontario, K7L 1X3

    Buying organization(s)

    Organization
    Parks Canada
    Address
    30 Victoria Street
    Gatineau, Quebec, J8X 0B3
    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
    Ontario (except NCR)
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: