CCGS LIMNOS Dry Dock

Solicitation number F2599-165160/A

Publication date

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


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Government Objectives Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    HEDDLE MARINE SERVICE INC.
    208 hillyard st.
    pier 14
    hamilton Ontario
    Canada
    L8L6B6
    Nature of Requirements: 
    
    CCGS LIMNOS Dry Dock
    
    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 Canadian Coast Guard has a requirement to dock the CCGS Limnos in order to troubleshoot, repair, reinstall, reconnect and test the starboard Thrustermaster Rotating Group, replace the starboard hydraulic pump and replace the deck area around a sounding pipe for #3 fresh water tank. The work requires an established shipyard to complete the work, with a certified graving dock or certified floating dock capable of drydocking the CCGS Limnos.
    
    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 facility meets the following requirements:
    i. Because of the present condition of the vessel, in which the vessel is not operational due to the starboard propulsion being completely locked out, the statement of capabilities will only be accepted from shipyards within 60 km’s of CGS Base Burlington, Ontario. 
    ii. The operating shipyard must be equipped with steel plate cutting/fabricating capabilities to support the required work.
    iii. The operating shipyard must be equipped with a certified dry-dock or certified floating dock capable of drydocking the CCGS Limnos for the working period of (March 13, 2017 to March 17, 2017).
    iv. As part of the Contract, it will be the Contractors responsibility to tow the vessel to their facility (to be included in their bid).
    v. The Contractor must accept full care and custody of the vessel from CGS Base Burlington to their facility. 
    vi. The Contractor must inspect the vessel and develop a towing plan to safely transport the vessel from CGS Base Burlington to their facility.
    vii. The Contractor must retain a naval architect to develop a docking plan (including blocking plan) to safely dock and undock the vessel in their dry dock.
    viii. The Contractor must possess CSA W47.1, Certification for Companies for Fusion Welding of Steel (Minimum Div. 2) or equivalent.
    
    
    4. Applicability of the trade agreement(s) to the procurement:
    
    • This procurement is subject to the Agreement on Internal Trade (AIT)
    
    5. Set-aside under the Procurement Strategy for Aboriginal Business:
    
    • Not Applicable
    
    6. Comprehensive Land Claims Agreement(s):
    
    • Not Applicable
    
    7. Justification for the Pre-Identified Supplier:
    
    • Government Contracts Regulations Exception(s)
    
    8. Government Contracts Regulations Exception(s):
    
    • Subsection 6 
    i. (c) the nature of the work is such that it would not be in the public interest to solicit bids. The CCGS Limnos requires immediate repairs to the starboard propulsion system and Transport Canada Marine Safety will notallow the vessel to be operated until those repairs are completed. The CCGS Limnos cannot sail on its own and must be towed to the nearest operating shipyard for repairs. Attempting to Tow the CCGS Limnos to an alternative yard would be cost prohibitiveas the next closest operating shipyard is several hundred kilometers away and the cost of a tow to that yard could potentially exceed the value of the repair work. In addition, the various financial and environmental risks of towing a dead ship to an alternative yard is greatly increased due to the need to tow it through the St. Lawrence Seaway locks and canals.
    ii. (d) only one person is capable of performing the work. Heddle Marine Service Inc is the only operating shipyard within reasonable proximity of the CCGS Limnos and the CGS Base Burlington.  
    
    9. Exclusions and/or Limited Tendering Reasons:
    
    • The Following exclusion(s) and/or limited tendering reasons are invoked under the Agreement on Internal Trade (AIT):
    i. Article(s) 506 para 11 and para 12.
    
    10. Ownership of Intellectual Property:
    
    • Not Applicable
    
    11. Period of the proposed contract or delivery date:
    
    • The proposed contract is for a period from March XX, 2017 to March XX, 2017.
    
    12. Cost estimate of the proposed contract:
    
    • The estimated value of the contract, including option(s) is:
    i. $175,150.00.
    
    13. Name and address of the pre-identified supplier:
    
    • Heddle Marine Service Inc.
    208 Hillyard St.
    Pier 14
    Hamilton, Ontario
    L8L 6B6
    
    14. 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.
    
    15. Closing date for a submission of a statement of capabilities:
    
    • The closing date and time for accepting statements of capabilities is
    
    16. Inquiries and statements of capabilities are to be directed to:
    
    • Jeremy Langdon
    11 Laurier Street
    Gatineau, QC
    K1A 0S5
    Telephone: 819-420-2890
    E-mail: jeremy.langdon@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

    • Agreement on Internal Trade (AIT)
    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
    Langdon, Jeremy
    Phone
    (819) 420-2890 ( )
    Fax
    () -
    Address
    11 Laurier St. / 11, rue Laurier
    6C2, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    Procurement method
    Non-Competitive
    Selection criteria
    Consulting Services Regarding Matters of a Confidential Nature