Ice Rescue Boat

Solicitation number M7594-224623/A

Publication date

Closing date and time 2022/01/31 14:00 EST

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    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: 
    EMBARCATIONS 4 SAISONS INC.
    21 , avenue des Canotiers
    Montmagny Quebec
    Canada
    G5V2B9
    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 Royal Canadian Mounted Police (RCMP) has a requirement for the urgent replacement of the rescue vessel, a 2013 Zodiac "Marc 2c Classic", which currently does not meet RCMP’s year-round operational requirements.
    
    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 vessel meets the following requirements:
    
    a) The vessel must be commercially available;
    b) The vessel must be capable of being deployed from any terrain         without the use of a ramp;
    c) The vessel must be capable of operating in extreme Nordic         conditions and icy water;
    d) The vessel must be capable of being deployed within different         marine environments (i.e. creeks, lakes, rivers and on ice);
    e) The vessel must be capable of operating/navigating in shallow         water;
    f) The vessel must be capable of securely facing up onto ice and         reefs
    g) The vessel must be damage/puncture resistant;
    h) The vessel must have sufficient space and closed storage to         carry equipment such as emergency blankets, a defibrillator,         ropes and first aid kit, while ensuring adequate space to         administer medical assistance;
    i) The vessel must have seating for the operator and passengers;
    j) The vessel must be capable of being stored outside year-round;
    k) The vessel must require low maintenance;
    l) The vessel must also meet the following specifications:
    
            i. Length: 17 feet;
            ii. Width: 6 feet;
            iii. Unladen Weight (empty): 275 lbs;
            iv. Boat Draft: 6 inches to navigate in shallow water;
            v. Angle: 19 degrees;
            vi. Capacity: 5 persons;
            vii. Hull Material: composite with Kevlar® fibers;
            viii. Interior Structure Material: aluminum;
            ix. Bench Material: fiberglass; 
            x. Transom Protection: aluminum plate;
            xi. "Trotinettes" to propel the vessel in the ice;
            xii. One(1) front bow eye and one (1) bow eye anchor bottom;
            xiii. Two (2) rear tow anchors;
            xiv. Fasteners for the fuel tank;
            xv. Four (4) transportation handles;
    
    Any proposed vessel must also come equipped with auxiliary equipment, including health and safety equipment, an outboard motor and a galvanised transportation trailer, as follows.
    
    The auxiliary equipment must include, at a minimum, the following:
    
    a) Manual Horn;
    b) 25 lbs Navy Anchor;
    c) Anchor Chain;
    d) Anchor Rope, 150 feet long;
    e) Rescue Ring;
    f) Manual Pump;
    g) Removable Navigation Light;
    h) Rescue Rope: double braided multi-filament polypropylene with a         breaking strength of 2130 kg (4700 lbs);
    i) Security Equipment, IAW Transport Canada’s Mandatory Safety         Equipment; and
    j) A waterproof handheld spotlight.
    
    The outboard motor must meet the following:
    
    a) Engine Type: 2 cylinders;
    b) Displacement: 432 cc;
    c) Bore x Stroke: 65 x 65.1 mm;
    d) Prop Shaft Horsepower: 25 hp at 5500 rpm;
    e) Alternator Output at W.O.T: 16 amps;
    f) Compression Ratio: 9.3:1;
    g) Fuel Induction System: Electronic Fuel Injection (EFI); and
    h) Weight: 57 kg (126 lbs).
    
    The transportation trailer must meet the following:
    
    a) Trailer length: 17’ 8’’;
    b) Trailer width: 84’’;
    c) Width between fenders: 84’’;
    d) Type of boarding: rowboat;
    e) Suspension: 1,650 lbs capacity leaf spring;
    f) Trailer weight: 380 lbs;
    g) Effective load: 1,270 lbs;
    h) Electric connecter: 4 pins;
    i) Jack: 1,200 lbs;
    j) Fenders: grey plastic, 12''; and
    k) Coating: galvanized.
    
    4. Applicability of the trade agreements to the procurement
    This procurement is subject to the Canadian Free Trade Agreement (CFTA).
    
    5. Justification for the Pre-Identified Supplier
    The Pre-Identified Supplier, Embarcations 4 Saisons, is the only known supplier to have an existing Commercial-Off-The-Shelf (COTS) rescue vessel capable of meeting the RCMP’s strict operational and delivery requirements, the UMA 17. 
    
    Embarcations 4 Saisons has exclusive ownership to the design and manufacturing process of the UMA 17 vessel and does not authorize resellers. The vessel’s hull is made of a patented composite construction that Embarcations 4 Saisons owns.  
    
    6. Government Contracts Regulations Exception
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection subsection 6(d) - "only one person is capable of performing the work".
    
    7. Limited Tendering Reasons
    The following limited tendering reasons are invoked:
    
    Canadian Free Trade Agreement (CFTA) - Article 513 Limited Tendering (b) : "where 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: (iii) due to an absence of competition for technical reasons."
    
    8. Delivery date and location
    The rescue vessel and all equipment, as described in this ACAN, must be delivered to the following location before March 31, 2022:
    RCMP Post Garage (TPOF)
    Ottawa, Ontario
    
    9. Name and address of the pre-identified supplier
    Embarcations 4 Saisons Inc.
    21 des Canotiers
    Montmagny, Québec, G5V 2B9
    Canada
    
    10. 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.
    
    11. Closing date for a submission of a statement of capabilities
    The closing date and time for accepting statements of capabilities is January 31, 2022, at 2:00 P.M. EST.
    
    12. Inquiries and submission of statements of capabilities  
    Inquiries and statements of capabilities are to be directed to:
    
    Name: Jonah Dubé
    Title: Supply Team Leader
    Public Works and Government Services Canada
    E-mail address: Jonah.dube@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

    • Canadian Free Trade Agreement (CFTA)

    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
    Dubé, Jonah
    Phone
    (613) 859-0788 ( )
    Email
    jonah.dube@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    11 Laurier St. / 11, rue Laurier
    6C2, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    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
    National Capital Region (NCR)
    Procurement method
    Non-Competitive
    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: