Hall Marine Design Ltd Report

Solicitation number F7049-220211/A

Publication date

Closing date and time 2022/12/28 14:00 EST


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    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: 
    Hall Marine Design Ltd.
    23790 110th Avenue
    Maple Ridge British Columbia
    Canada
    V2W1E7
    Nature of Requirements: 
    
    Hall Marine Design Ltd Report
    
    F7049-220211/A
    Mistry, Vanita
    Telephone No. - (250) 858-3571
    
    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 CCGS Mamilossa is an AP1-88/400 Air Cushioned Vehicle (ACV) that was built in 2009 by Hoverwork Limited in the UK. The ACV is based in Trois-Rivières, Quebec, and has operated in Eastern Canada and along the St. Lawrence River for 13 years. 
    • The ACVs primary mission is as a Search and Rescue (SAR) unit; however, it is also deployed for buoy tender construction and maintenance, as well as icebreaking operations. The ACVs in the Quebec Region are dispatched for operations that no other vessel in the CCGS fleet can execute. Operating at over 50 knots over liquid and frozen water in all seasons and conditions, the CCGS Mamilossa is a versatile and critical CCG asset which Canadian lives depend on. 
    • The CCGS Mamilossa will enter into a Vessel Life Extension (VLE) drydocking in April 2024 where the ACVs equipment and structure will be repaired and modernized. The goal of the VLE is to extend the  crafts operating life for an additional 10 years.
    • The ACVs are unique vehicles which combine marine and aviation assets. The craft is entirely constructed of thin gauge aircraft grade aluminum plate and extrusions that are subject to BS EN ISO 15614-2: 2005 aluminium alloy welding techniques and CCG developed, Stir Welding procedures. The crafts hull and structure has incurred significant damage from harsh environmental conditions and demanding operations. Analysis and repair of this damage is a high priority work item in the upcoming VLE Contract.
    • Prior to the drydocking, the following tasks must be undertaken:
    o The affected components must be assessed for causality and structural integrity by a Naval Architect/Professional Engineer (PE) with expertise in thin gauge aluminum.
    o A repair strategy must be developed depending on the location of the affected components and the gravity of the damage. Potential hull torsion and flexing, as well as the support of equipment and superior decks must be considered.
    o A repair procedure, intended for use during the drydocking, must be developed and certified for each affected component. The repair must restore the structural integrity of the craft as well as prevent recursion. The repair procedures will include the development of engineering drawings and new welding procedures that may be required. 
    3. Criteria for Assessment of the Statement of Capabilities (Minimum Essential Requirements)
    • Any interested supplier must demonstrate by way of employee qualifications (Curriculum Vitae, Naval Architect/Professional Engineer documents) that their qualifications/expertise/experience (as appropriate) meets the following requirements:
    1) A minimum of 10 years experience working with the Canadian Coast Guard on major structural projects (greater than $40,000.00).
    a. Must be able to provide a list and description of a minimum of five (5) non-overlapping major projects involving primary structure repair recommendations contracted by the Canadian Coast Guard.
    2) At least one employee has a minimum of ten (10) years experience conducting structural integrity analysis and preparing remedial action recommendations for thin gauge aluminum (3mm and less), including thin gauge aluminum that has been exposed to fire.
    a. Must be able to provide a list and description of a minimum of ten (10) non-overlapping projects involving thin gauge aluminum (3mm and less), undertaken by the same employee.
    b. Must be able to provide a description of a minimum of one (1) project involving thin gauge aluminum (3mm and less) exposed to fire, undertaken by the same employee.
    c. Must be able to provide a list and description of a minimum of two (2) non-overlapping projects involving the development of welding procedures for 2mm thickness aluminum, undertaken by the same employee.
    3) At least one employee with a minimum of ten (10) years experience working with Air Cushioned Vehicles.
    a. Must be able to provide a list and description of a minimum of ten (10) non-overlapping projects involving Air Cushioned Vehicles, undertaken by the same employee.
    4) At least one employee with experience developing repair recommendations of thin gauge aluminum involving BS EN ISO 15614-2: 2005 aluminium alloy welding techniques and CCG Stir Welding procedures.
    a. Must be able to provide a list and description of a minimum of two (2) projects applying BS EN ISO 15614-2: 2005 aluminium alloy welding techniques and CCG Stir Welding procedures.
    5) At least one employee with a minimum ten (10) years experience conducting aluminum welding inspections.
    a. Must be able to provide a list and description of a minimum of ten (10) non-overlapping projects involving the onsite inspection of thin gauge aluminum welding (3mm and less), undertaken by the same employee.
    4. Applicability of the Trade Agreement(s) to the Procurement
    • This procurement is subject to the following trade agreement:
    o Canadian Free Trade Agreement (CFTA)
    5. Set-aside Under the Procurement Strategy for Aboriginal Business
    • Not applicable
    6. Comprehensive Land Claims Agreement(s)
    • Not applicable
    7. Justification for Pre-Identified Supplier
    • The pre-identified supplier is the only supplier in Canada with qualifications and experience conducting comprehensive technical structural analyses on CCG ACV assets. The supplier has extensive experience developing fusion welding repair plans for thin gauge aluminum (3mm and less) using BS EN ISO 15614-2: 2005 aluminium alloy welding techniques and CCG Stir Welding procedures. They are also they only supplier with experience preparing aluminium welding protocols for CCG ACVs per the defined requirements.
    8. Government Contracts Regulations Exception(s)
    The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection 6 (c), and (d)
    • 6 Notwithstanding section 5, a Contracting Authority may enter into a Contract without soliciting bids where:
    o 6 (c) the nature of the work is such that it would not be in the public interest to solicit bids;
    o 6 (d) only one person is capable of performing the Contract.
    9. Exclusions and/or Limited Tendering Reasons
    • Not applicable
    10. Ownership of Intellectual Property
    • Not applicable
    11. Period of the Proposed Contract or Delivery Date
    • The Contract must be delivered by April 1, 2023.
    • The CCG Mamilossa will be available to the supplier on a standby basis at the Trois Rivières, QC, CCGS ACV base.
    
    • CCGS Mamilossa particulars:
    Length (m): 28.5
    Breadth (m): 12
    Builder: Hoverwork Limited, Cowes, UK
    Commissioning: 2009
    12. Cost Estimate of the Proposed Contract
    • The estimated value of the Contract, including option(s), is $129,052.00 (GST/HST extra).
    13. Name and Address of the Pre-identified Supplier
    Hall Marine Design Ltd. - Naval Architects and Marine Consultants
    13790 - 110th Avenue, Maple Ridge, BC, V2W 1E7
    14. Suppliers' Right to Submit a Statement of Capabilities
    Suppliers who consider themselves fully qualified and available to provide the goods described in the ACAN may submit a statement of capabilities in electronic format 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 Submission of a Statement of Capabilities
    • December 28 2022, 2:00 p.m. EST
    16. Contracting Authority - Inquiries and Submission of Statements of Capabilities 
    Vanita Mistry
    Telephone: (250) 858-3571
    Email: Vanita.Mistry@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)

    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
    Mistry, Vanita
    Phone
    (250) 858-3571 ( )
    Email
    vanita.mistry@tpsgc-pwgsc.gc.ca
    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

    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
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    Procurement method
    Non-Competitive
    Selection criteria
    Consulting Services Regarding Matters of a Confidential Nature

    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: