SAP Ariba system maintenance

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

  • Friday, June 28 from 3:00 pm until 7:00 pm (Eastern Time) 
  • Saturday, June 29 from12:00 am until 4:00 am (Eastern Time) 

CCGS Henry Larsen Sonar System

Solicitation number F7044-170243/A

Publication date

Closing date and time 2017/10/05 14:00 EDT


    Description
    Trade Agreement: WTO-AGP/NAFTA/CFTA/Canada FTAs with Peru/Colombia/Panama
    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: 
    KONGSBERG MARITIME CANADA LTD.
    261 BROWNLOW AVE.
    DARTMOUTH Nova Scotia
    Canada
    B3B2B6
    Nature of Requirements: 
    
    CCGS Henry Larsen Sonar System
    
    F7044-170243/A
    Langdon (057ml), Jeremy
    Telephone No. - (819) 420-2890
    Fax No. - (819) 956-0897 
    
    Multibean Bathymetric Sonar System
    
    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 for the supply and installation of 1 mid ocean (10 to 4000 metre depth) Multibeam Bathymetric Sonar System complete with: sonar head, sonar processor unit, position and orientation system, acquisition/display software, ice re-enforced protective acoustic window,  manuals & warranty.  The sonar will be used in an operational hydrographic surveying capacity onboard the CCGS Henry Larsen in the Canadian Arctic. 
    
    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 multibeam sonar system meets the following requirements:
    
    The system proposed must be commercially available and of an existing proven design installed onboard a Polar icebreaking vessel.  
    Contractors proposing 2 separate and distinct systems to meet these specifications cannot be considered for this requirement.
    Contractors proposing Interferometric or Bathymetric Sidescan systems cannot be considered for this requirement. 
    
    The system must be a flat array configuration.
    The system must be flush mounted in the hull.
    The system proposed must be commercially available and of an existing proven design installed onboard a Polar icebreaking vessel.  
    The system must have an operating frequency that allows a minimum depth of 10m and maximum depth of 5000m
    The system must utilize both Frequency Modulated (FM) and Continuous Wave (CW) pulse types.
    The system must provide bathymetric data across a swath, at minimum, 3 times the water depth in up to 2500 metres and must do +/- 65 degrees, roll stabilized swath sector in typical operating conditions. 
    The system must utilize sound speed at sonar head depth in real time.
    The system must do both transmit and receive beam focusing.
    The system must be equipped with a function to reduce transmission power to mitigate harm to mammals that may be close by.
    The system must ensure all components maintain a coherent sense of time with measurable latencies.
    The system must provide imagery (acoustic backscatter intensity) data of the seafloor. The backscatter should be calibrated; source levels and gain settings should be recorded with the data.
    The system must have as standard or be upgradeable to log acoustic backscatter of the water column (volume backscatter), preferably to a separate file.
    Both the bathymetric data and imagery must be provided in a format which can be readily imported into CARIS HIPS/SIPS software package, preferably via a full function CARIS data import parser.
    The system must be compatible with Hysweep or QPS QINSy data logging software if not supplied with an all-encompassing data collection software package.
    The system must accept and utilize vessel motion correctors (i.e., heave, pitch, roll, and heading) from an Applanix POS/MV320 IMU, and sound speed profile correctors from AML sensors.  Any or all of these corrections may be applied through both the manufacturer’s proprietary software package in real time and in post-processing through CARIS HIPS/SIPS.  Motion corrections applied in the sonar software must be flagged within the data stream to indicate what specific corrections were made within the sonar software.
    The system must do roll-stabilization. It must do +/- 65 degrees swath sector with up to +/- 5 degrees of roll. The system must dynamically steer all beams based on the measured roll, not eliminate beams that roll outside of the desired sector.
    The system must do pitch and yaw stabilization at a minimum +/- 5 degrees of pitch and yaw.  
    The system must supply, within its data stream, a beam quality indicator that can be captured in Post-Processing for Quality Control.
    The system electronics must provide 1°x2° beam widths at Nadir with across-track spacing increasing proportional to the beam steering angle. 
    The sonar ping rate must be chosen by the sonar itself based on depth and swath sector or by the set sonar operating range. The sonar must allow the manual changing of the parameter within the design operating ranges.
    The sonar must have automated functionality (controlled within manufacturer’s proprietary or third-party software) such as auto-ranging, power, and gain, and should have the ability to manually override these settings if required. 
    The system must provide functionality in the acquisition software to control swath width and must have, at least, equidistant beam spacing.
    The system must scale the beam spacing according to the set swath sector width so all beams are maintained
    Transducer arrays with protection acoustic ice windows must fit within the following prescribed foot prints:
    Combined Transmit and Receive Array must not be greater than 5.50 x 2.75 x 0.45 (LxBxD) metres. 
    Transmit array must not be greater than 4.25 x 1.0 x 0.45 (LxBxD) metres.
    Receive array must not exceed 0.75 x 2.75 x 0.45 (LxBxD) metres.
    All dimensions above must include allowance for 35mm thick plating envelope on all sides.
    Arrays must be capable of withstanding the ice loads as prescribed for an Arctic Shipping Pollution Prevention Regulations compliant vessel of Arctic Class 4 (AC4) or equivalent and of proven performance in Canadian Arctic waters during heavy icebreaking operations.  
    
    4. Applicability of the Trade Agreements to the procurement
    
    This procurement is subject to the following trade agreements:
    Canadian Free Trade Agreement (CFTA)
    World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    North American Free Trade Agreement (NAFTA)
    
    5. Justification for the Pre-Identified Supplier 
    
    The pre-identified supplier, Kongsberg Maritime is the only supplier known that has an existing near to midshore (10m - 4000m depth)  multibeam bathymetric sonar system capable of fitting within the maximum available space onboard and meeting the essential requirements for strength and mammal protection, specifically:
    Flush mounted to the bottom shell plating within the following prescribed foot prints:
    Combined Transmit and Receive Array must not be greater than 5.50 x 2.75 x 0.45 (LxBxD) metres. 
    Transmit array must not be greater than 4.25 x 1.0 x 0.45 (LxBxD) metres.
    Receive Array must not exceed 0.75 x 2.75 x 0.45 (LxBxD) metres.
    All dimensions above must include allowance for 35mm thick plating envelope on all sides.
    
    Arrays must be capable of withstanding the ice loads as prescribed for an Arctic Shipping Pollution Prevention Regulations compliant vessel of Arctic Class 4 (AC4) or equivalent and of proven performance in Canadian Arctic waters during heavy icebreaking operations in areas of high concentrations of multi-year ice.
    
    Marine mammal protection feature - The system must be capable of reducing transmission power when in areas of marine mammals. 
    
    6. Government Contracts Regulations Exception 
    
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work".
    
    7. Exclusions et/ou raisons justifiant le recours à l'appel d'offres limité
    
    The following limited tendering reasons are invoked:
    
    Canadian Free Trade Agreement (CFTA) - Article 513 Limited Tendering (b) - "if 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."
    
    World Trade Organization - Agreement on Government Procurement (WTO-AGP) - Article XV - Limited Tendering, 1 b. III) "in the absence of competition for technical reasons, the products or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists."
    
    North American Free Trade Agreement (NAFTA) - Article 1016 Limited Tendering Procedures, 2 (b) "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". 
    
    8. Ownership of Intellectual Property 
    
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    
    9. Period of the proposed contract or delivery date 
    
    The deliverables must be delivered on or before February 15, 2018.
    
    10. Name and address of the pre-identified supplier 
    
    Kongsberg Maritime
    261 Brownlow Ave.
    Dartmouth, Nova Scotia
    B3B 2B6
    
    11. 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.
    
    12. Closing date for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of capabilities is Thursday, October 5, 2017 at 2:00PM EST.
    
    13. Inquiries and submission of statements of capabilities 
    
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canadian Free Trade Agreement (CFTA)
    • 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
    Langdon (057ml), Jeremy
    Phone
    (819) 420-2890 ( )
    Email
    jeremy.langdon@tpsgc-pwgsc.gc.ca
    Fax
    (819) 956-0897
    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
    Quebec (except NCR)
    Procurement method
    Non-Competitive
    Selection criteria
    Consulting Services Regarding Matters of a Confidential Nature
    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: