Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.  

  • Friday, May 24, 7:00 pm until 11:00 pm (Eastern Time) 

  • Sunday, May 26, 7:45pm until 9:45 pm (Eastern Time) 

Search and Rescue and Environmental Response Vessel for the Canadian Coast Guard

Solicitation number F7044-160257/A

Publication date

Closing date and time 2017/03/02 14:00 EST


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Vigor Shipyards, Inc.
    c/o General Counsel (Bldg. 71)
    5555 N. Channel Avenue
    Portland Oregon
    United States
    97217
    Nature of Requirements: 
    
    Search and Rescue and Environmental Response Vessel Lease for the Canadian Coast Guard Base Kitsilano, BC 
    
    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 thatmeets 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. Background
    
    The Canadian Coast Guard (CCG) requires a primary Search and Rescue (SAR) vessel at CCG Base Kitsilano as soon as possible. The vessel must also carry out other program tasks, particularly those associated with Environmental Response (ER).
    
    The Government of Canada made it a priority to reopen CCG BaseKitsilano as quickly as possible. CCG has committed to full implementation of this base with expanded service delivery in keeping with the Government’s commitment to SAR and ER from this site.  
    
    The new Kitsilano vessel must be capable of handling the wide range of year-round environmental conditions found in the Georgia Basin, Howe Sound and Vancouver Harbour; including extreme winter storms.  
    
    As its primary function, the vessel must be capable of carrying out the following mission-related tasks.
    
    Search
    • Proceed to sea in all specified weather conditions, night or day, to carry out assigned missions.
    • Provide the means to monitor and detect distress situations, to receive alerts and taskings, and to communicate with vessels, with rescueaircraft and with agencies ashore.
    • Transit in the specified conditions in order to conduct patrols and to carry out assigned missions
    • Conduct searches by visual, electronic and other means, day and night.
    
    Rescue
    • Recover and transport survivors from other vessels, from the sea, from life rafts or lifeboats, and from shore.
    • Provide shelter, Advanced First Aid and Life Support, hypothermia treatment for survivors pending their transfer to safety.
    • Transport injured persons (ambulatory or incapacitated) and provide capability to transfer them to another vessel, to helicopter while the ship is at sea, and to shore.
    • Provide towing assistance to disabled craft in accordance with CCG policies.
    • Transport SAR personnel to and from incidents.
    • Transport SAR equipment to and from incidents, to be utilized from the vessel or by transfer to the distress vessel.
    
    In addition to its primary mission, the vessel must be capable of carrying out the following mission-related tasks in a safe, effective and efficient manner:
    
    Environmental Response (ER)
    • Conduct pollution surveillance and investigate marine pollution reports.
    • Transport ER personnel and equipment.
    • Provide support to pollution clean-up response and other ER activities.
    
    Aids to Navigation
    • Check position of floating Navaids.
    • Perform checks and minor servicing of fixed and floating Navaids.
    • Reposition small floating aids by means of towing.
    • Transport Navaids personnel.
    
    Maritime Security
    • Conduct surveillance (Observe Record Report).
    • Transport Maritime Security personnel and equipment.
    • Provide support to Maritime Security activities.
    
    Ecosystems and Oceans Science
    • Transport Fisheries and Oceans Canada (DFO) Science personnel.
    • Transport, deploy and recover small science equipment.
    • Provide support to DFO Science activities.
    
    Ecosystems and Fisheries Management (EFM)
    • Conduct surveillance (Observe Record Report).
    • Transport EFM personnel including Conservation and Protection (C&P) officers.
    • Provide support to EFM activities including C&P operations.
    
    Other Government Departments and Other Activities
    • Transport personnel and equipment.
    • Provide support and assistance to Other Government Departments and to other activities.
    
    3. Definition of the Requirement
    
    The CCG has a requirement to lease a vessel that meets all of the minimum essential requirements detailed in section 4 below. This lease must also include the training required for CCG to operate the vessel and also all technical data (including drawings and manuals) needed to operate and maintain the vessel. Further, the vessel must be painted in accordance with CCG’s Identify Program. 
    
    Optional requirements:
    
    CCG will also have the following options:
    
    • To have the vessel maintained locally in Vancouver by the Contractor during the period of the lease.
    • To acquire the leased vessel at any time during the period of the Contract;
    • To acquire the Intellectual Property and Designs of the leased vessel atany time during the period of the Contract.
    • If the vessel requires a specific cradle and/or lifting appliances for hauling and/or storage, the Contractor must offer these as an option.
    
    4. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements)
    
    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the requirements detailed in this section  
    
    The vessel must be delivered to CCG Base Kitsilano by 31 May 2017 under lease, for a period of no less than one year. The vessel must have been built in a NATO country.  The vessel must be a purpose designed and constructed self-righting Search and Rescue lifeboat that is proven in-service. Vessels built to the design must have beenin Search and Rescue service for a minimum of five years for a Government agency of a NATO country with maritime SAR responsibility.  The vessel must be multi-taskable to perform the Environmental Response program and other missions as required.
    
    The supplier must be the owner of the vessel and offer an option to sell the vessel to CCG at any time during the period of the Contract. Further the supplier must own the Intellectual Property rights to the design of the vessel and offer the IP to CCG as anoption.
    
    The vessel must be inherently passively self-righting in design and capability. By “self-righting” it is meant that the vessel must be specifically designed to avoid capsize, while still having the ability to re-right itself, in any operational condition, from any roll angle.  By “passively self-righting” it means that the vessel must not depend on an inflatable bag to meet the self-righting requirements. To meet this requirement the vessel must have features that are enhanced above the minimum needed if the vessel was required only to meet intact stability requirements.  The vessel’s self-righting capability must incorporate the following design elements: 
    
    • Enhanced static stability.
    • Enhanced reserve buoyancy.
    • Enhanced water-tight integrity through windows, doors and hatches.
    • Enhanced crew protection through personal-securing arrangements both internally and on deck.
    • Repel and or shed water off the exterior of the vessel (self-bailing).
    • Mechanical and electrical enhancements, which place the main engines in neutral idle beyond a pre-determined angle of heel.
    • Back up throttle and gear control systems (get home feature).
    • Main engines must remain operational during a self-righting event.
    • Minimize down-flooding through exterior ventilation during a self-righting event. 
    
    The vessel’s intact stability must meet or exceed Transport Canada requirements set out in TP 7301 - Stability, Subdivision and Load Line Standards (STAB 6).
    
    The vessel must withstand the flooding of any single compartment.
    
    Mission requirements include frequent operation in confined waters (such as marinas) and shallow depths (such as flats and near beaches).  As such it is required that the vessel have a length less than 15 metres, a beam less than 5 metres and a draft less than 1.5 metres.  
    
    The following defined environmental conditions are applicable for the area of operation. 
    
    • Calm: Winds up to 15 knots and seas up to 1 metre. 
    • Moderate: Winds between 15 and 35 knots andseas from 1 to 2.5 metres. 
    • Severe: Winds from 35 to 50 knots and seas 2.5 to 3.5 metres.
    • The vessel must operate in air temperatures between -17°C and +35°C.
    • The vessel must operate for sustained operations in water temperatures between -2°C and +25°C.   
    The vessel must achieve a maximum speed of at least 40 knots. The vessel must operate continuously at an efficient cruising speed of at least 25 knots.
    
    The vessel must operate for moderate continuous (or intermittent) periods (approximately 60 minutes) at idle or dead slow speeds without any significant reduction in responsiveness, acceleration or reliability of the propulsion system. Propulsion performance must not be affected by varying electrical loads related to normal use of onboard electrical systems.
    
    The vessel must operate for extended continuous (or intermittent) periods of up to 6 hours under high engine load while engaged in towing or similar missions.
    
    The vessel must accelerate quickly from stop or from dead slow speeds sufficiently to manoeuvre to avoid rapidly developing hazardous situations such as when maneuvering in rough seas or high current as well as when operating in close quarters situations in high winds.
    
    The vessel must decelerate from maximum speed tofull crash stop without any subsequent reduction in responsiveness or reliability of vessel components or systems, including the propulsion system.
    
    All stated performance requirements must be met with the vessel carrying the standard crew complement and equipment and fuel status ranging from full fuel down to 10% fuel.
    
    The vessel must have an operating range at Maximum Speed (based on fuel consumption rates and fuel capacity volume) of at least 150 nautical miles plus 10% fuel reserve. 
    
    The vessel must have an operating range at Efficient Cruising Speed (based on fuel consumption rates and fuel capacity volume) of at least 250 nautical miles plus 10% fuel reserve.
    
    The vessel must provide a “get home” capability (such as ability to transit for extended periods on a single engine). 
    
    The vessel must be capable of refuelling at sea from other vessels in calm conditions.
    
    The vessel must provide an endurance of at least 18 hours at sea, operating as a “dayboat”, that is, overnight onboardaccommodation is not required.
    
    When manoeuvring and transiting at low speeds and/or in close quarters situations the vessel must maintain effective steerage, directional control and positive manoeuvring control at speeds as low as 2-3 knots in winds up to 40 knots (from any orientation relative to the vessel).
    
    The vessel must turn within its own length in calm conditions.
    
    The vessel must come about, turning upwind or downwind, in all defined environmental conditions so as to maintain a safe attitude with respect to wind and sea.
    
    In conditions up to moderate, the vessel must hold station to within approximately 1 metre relative to a fixed or floating object (for situations such as recovering a person from the water), with favourable orientation to the prevailing conditions.
    
    In severe conditions, the vessel must hold station to within approximately 2 metres relative to a fixed or floating object, with favourable orientation to the prevailing conditions.
    
    The vessel must be driven by twin-diesel engines driving either water jets or conventional shaft propellers with twin rudders.  If a propeller drive system is part of the design of the vessel in order to meet other design requirements the propellers must be protected from damage due to log strikes. In case of partial failure, the vessel must transit on one engine in order to return to a place of safety.
    
    The vessel’s control station must be positioned to provide a 360 degree view with a minimum of blind sectors.  The operator must also be able to clearly view the “rescue zones”, on both sides of the vessel, for the purpose of personnel recovery.    
    
    The vessel is to be provided with a means to facilitate firefighting. Where a portable pump is used it must have the ability to receive supply sea water without the necessity of having hoses over the side, and must have self-priming arrangements.  
    
    The vessel must accommodate and be certified for a crew complement up to 4 plus 4 supernumerary personnel.  
    
    In emergency situations the vessel must accommodate up to 20 survivors and be safely operated for return to port.  Additionally, it must accommodate a minimum of one injured survivor in a stretcher.  The stretcher must be able to be secured inside the vessel cabin and have direct access managed by no more than the vessel’s complement, minus the operator.  The stretcher arrangements must be configured to allow CCG Rescue Specialists to perform Advanced First Aid and Life Support as per CCG protocols.  
    
    The vessel must beconfigured so as to provide a low-freeboard “recovery zone” to recover persons or objects from the water, on both sides of the vessel. 
    
    The vessel must be capable of being equipped with an inflatable auxiliary tender or daughter boat including outboard power. The vessel arrangement must be such that the daughter boat can be launched safely by two crewmembers in up to moderate environmental conditions defined herein.  Additionally, the vessel must have the capability to stow the daughter boat such that it will not interfere with towing operations.  If required the daughter boat can be stowed in a deflated condition but must be able to be deployed in 5 minutes or less.
    
    To meet the 30-minute standby posture, the vessel and all of its critical systems and electronics must be brought to a fully operational state and ready for the vessel to get underway within 10 minutes (this assumes the vessel is at the Base on shore power).
    
    The vessel must be brought to full power within 5 minutes of being underway with no damage occurring to vessel machinery or systems (assuming departure from the Base with the engines on block-heaters).
    
    Seating for crew must be provided in the pilothouse and must include shock-mitigation functionality. Seating must be adjustable to accommodate crew members from (approximately) 147cm to 203cm in height and from (approximately) 45kg to 135kg in weight.  Seating must include adjustable arm rests and foot rests. Seating must include restraint (multipoint harness).  
    
    Seating for Supernumerary Personnel: In addition to the seating provided for the crew complement, seating must be provided for 4 supernumerary personnel (need not be to the same standard as crew seating but must be robust and comfortable for a duration of approximately 12 hours at sea.  
    
    Food and Drinks - The vessel must have facilities to provide hot and cold drinks as well as hot and cold food sufficient for the crew complement and supernumerary personnel for a duration of up to 12 hours. 
    
    Washroom Facilities - The vessel must have washroom facilities (including toilet and washbasin) sufficient for the crew complement and supernumerary personnel for a duration of approximately 12 hours at sea.
    
    Heating Ventilation Air Conditioning (HVAC) - All interior (habited) working spaces must have a HVAC system. HVAC equipment must be able to be operated on either ship or shore power. 
    
    5. Applicability of the trade agreement(s) to the procurement
    
    This procurement is subject to the following trade agreements:
    
    • Agreement on Internal Trade (AIT)
    • World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    • North American Free Trade Agreement (NAFTA)
    
    6. Justification for the Pre-Selected Supplier
    
    CCG is aware of only one vesselthat is available, in-service and proven that meets the multi-mission demands for service delivery from this CCG Base Kitsilano: the Response Boat Medium (RB-M) operated by the United States Coast Guard (USCG).  
    
    As a potential platform for CCG, the vessels are purpose designed for Search and Rescue, are self-righting and have the capacity to meet the requirements of the Environmental Response program as well as the other missions the vessel will be required to undertake.  
    
    7. Government Contracts Regulations Exception 
    
    The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection 6.(d) only one person or firm is capable of performing the contract.
    
    8. Exclusion and/or Limited Tendering Reasons 
    
    The following exclusion(s) and/or limited tendering reasons are invoked under the (section of the trade agreement(s) specified): 
    • Agreement on Internal Trade (AIT) - Annex 4.4 article 506.12 (b)
    • North American Free Trade Agreement(NAFTA) - Article 1016.2 (b).
    • World Trade Organization - Agreement on Government Procurement (WTO-AGP) - Article XV (b). 
    
    9. Ownership of Intellectual Property
    
    Intellectual Property of the vessel belongs to the Contractor.  The Contract will include an option for Canada’s access to that Intellectual Property. 
    
    It is not anticipated that there will be any additional Foreground Intellectual Property arising out of the proposed contract, however, should there be, ownership of any additional Foreground Intellectual Property will vest in the Contractor. (4006 03 (2008-05-12))
    
    10. Period of the proposed contract or delivery date
    
    The proposed contract is for a period of one years, from Contract award up to one year later.
    
    11. Name and address of the pre-identified supplier
    
    Vigor Shipyard, Inc.
    Portland, Oregon, USA
    
    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 for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of capabilities is March 2nd, 2017 at 2:00 p.m. EST.
    
    14. Inquiries and submission of statements of capabilities 
    
    Inquiries and statements of capabilities are to be directed to: 
    
    Marc Aubin
    
    Chef d'équipe d'approvisionnement | Supply Team Leader
    Telephone: 819-939-8453
    E-mail: marc.a.aubin@tpsgc-pwgsc.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

    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
    Aubin, Marc A.
    Phone
    (819) 939-8453 ( )
    Address
    105 Hotel de Ville
    Gatineau, Quebec, K1A 0S5

    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
    British Columbia
    Procurement method
    Competitive – Open Bidding
    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: