WIDEBAND MULTI BEAM ECHO-SOUNDER

Solicitation number 5P032-140893/A

Publication date

Closing date and time 2015/04/10 14:00 EDT


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    R2Sonic LLC
    1503 - A COOK PL.
    SANTA BARBARA California
    United States
    93117
    Nature of Requirements: 
    				Advance Contract Award Notice (ACAN)
    			
    	     		    WIDEBAND MULTI BEAM ECHO-SOUNDER	
    			
    				    	      5P032-140893/A
    
    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 
    
    BACKGROUND:
    
    Parks Canada's Underwater Archaeology Team (UAT) conducts
    comprehensive scientific diving and remote-sensing surveys to
    identify, inventory, and assess submerged cultural resources
    within the Parks Canada mandate. This includes the expanding
    system of National Historic Sites, National Parks, National Park
    Reserves, National Marine Conservation Areas, National Marine
    Parks, and Heritage Rivers. The UAT is also a recognized Federal
    Authority for the evaluation of submerged cultural resources
    under the provisions of the Canadian Environmental Assessment
    Act. As such, the UAT is called upon to conduct archaeological
    site investigations throughout Canada in both marine and fresh
    water environments (including the Pacific, Atlantic, and Arctic
    Oceans, as well as the Great Lakes).
    
    The UAT has a requirement for a shallow water (<300 m) wideband
    multi-beam echosounder to support its archaeological survey
    operations across Canada, specifically to locate and document
    cultural features including shipwrecks, and to situate these
    features in a precise geo-referenced bathymetric context. As the
    detailed documentation and analysis of submerged archaeological
    structures such as wharves, cribs, fish weirs, and shipwrecks is
    the principal occupational focus of the UAT, a system with both
    200 kHz to 400 kHz selectable operation for general area survey
    and initial target location, as well as 700 kHz selectable
    operation for ultra high resolution imaging of structural
    features is required. 
    
    The wide-band multi-beam echosounder will be deployed from a
    variety of vessel platforms, including both survey vessels in
    use with the UAT -- the 10 m aluminium-hulled research vessel
    Investigator and a 6 m rigid hull inflatable boat -- as well as
    from other vessels of opportunity. Furthermore, the system will
    occasionally be deployed from the UAT's remotely operated
    vehicle (ROV) which is equipped with a single Gigabit Ethernet
    channel over it fibre-optic umbilical for wideband data
    transmission. Consequently, the echosounder must be of a size
    and weight and require a minimal power draw to support these
    various deployments.
    The option for a high-performance inertial navigation system
    (INS) is requested to provide extremely accurate heading,
    attitude, position, and heave compensation to the system in
    order to achieve maximum data accuracy and precision. As the INS
    will be deployed in high northern latitudes (up to 75 degrees),
    the INS needs to have a proven performance history in multi-beam
    survey in the waters of Arctic Canada.
    
    The option for post-processed kinematic (PPK) navigation
    correction software is also requested, again to achieve optimal
    accuracy and precision of the multi-beam imagery.
    
    GENERAL
    
    The required system consists of a 1) multi-beam echosounder
    projector and receiver array housed in a sturdy aluminum
    mounting frame with integrated sound velocity sensor, 2) a
    topside interface unit for integrating INS  inputs and
    connecting to a user-supplied data acquisition computer, and 3)
    all required cabling. It is the intention of the UAT to use
    third party data acquisition software, and as such, this does
    not form part of this requirement. The options for both a
    high-performance inertial navigation system (INS) and compatible
    post-processed kinematic (PPK) navigation correction software
    are also requested.
    
    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 product/equipment/system (as
    appropriate) meets the following requirements:
    
    MANDATORY SYSTEM REQUIREMENTS
    
    1) The wideband multi-beam echosounder must operate over a
    frequency range of 200 kHz to 400 kHz with at least 20 frequency
    selections available over this range (available in equal
    incremental steps), selectable in real time.
    
    2) The wideband multi-beam echosounder must additionally provide
    selectable 700 kHz operation.
    
    3) The wideband multi-beam echosounder must provide a minimum of
    256 dynamically focused beams with user selectable equiangular
    or equidistant beam spacing.
    
    4) The wideband multi-beam echosounder must provide narrow
    dynamically focused beam widths as follows (receive and
    transmit, respectively):
    
    °1 x 2° at 200 kHz selectable operation
    0.5° x 1° at 400 kHz selectable operation
    0.3°x 0.6° at 700 kHz selectable operation
    
    
    5) The wideband multi-beam echosounder signal processing and all
    beam forming must be done inside the sonar head receiver,
    without recourse to a surface sonar processor. Telemetry with
    the sonar head must be achieved over a single Gigabit Ethernet
    cable connection. This requirement relates to the need to
    periodically deploy the system on the Underwater Archaeology
    Team's remotely operated vehicle, which has a single Gigabit
    Ethernet channel available through its fibre-optic multiplexers.
    
    6) The wideband multi-beam echosounder must offer a signal
    bandwidth of 60 kHz with a system range resolution of 1.25 cm
    for improved resolution and accuracy of the multi-beam soundings
    and the quality of the resultant imagery.
    
    7) In order to permit system deployment on the Underwater
    Archaeology Team's remotely operated vehicle, the average power
    consumption of the wideband multi-beam echosounder must not
    exceed 150W, this being the maximum power budget available for
    an additional sensor on the underwater vehicle.
    
    8) The wideband multi-beam echosounder must provide selectable
    swath widths from 10° to 160° in real-time at all frequency
    selections from 200 kHz to 400 kHz and from 10° to 60° at 700
    kHz, with the ability to rotate the swath sector +/- 70° port or
    starboard in real-time at all frequency selections from 200 kHz
    to 400 kHz and +/- 30° at 700 kHz. This requirement relates to
    the need to optimally image the sides of submerged heritage
    structures such as shipwrecks and wharf structures.
    
    OPTIONAL FEATURES
    
    In order to provide position and attitude measurement, the
    option (executable within 12 months). for an Applanix POS MV 320
    E (or equivalent) high performance inertial navigation system
    utilizing fibre-optic gyroscope and GNSS carrier phase
    differential technology is requested (with 'equivalence' based
    on the precision and accuracy of attitude, position, true
    heading, and heave measurement; the rate of data output; and the
    precision of time synchronization).
    
    In order to optimize the geo-rectification of the multi-beam
    data, the option (executable within 12 months) for Applanix
    POSPac MMS 7.0 post-processed kinematik (PPK) navigation
    correction software (or equivalent software compatible with the
    optional inertial navigation system outlined above) is also
    requested.
    
    4. Applicability of the trade agreement(s) to the procurement
    
    This procurement is subject to the following trade agreement(s):
    
    - Agreement on Internal Trade (AIT)
    
    4.1. Exclusions and/or Limited Tendering Reasons
    The following exclusion(s) and/or limited tendering reasons are
    invoked under the:
    
    Agreement on Internal Trade (AIT) - Article(s): Exempted -
    Article 506 (12b)
    
    World Trade Organization - Agreement on Government Procurement
    (WTO-AGP) - Article(s): Excluded - Annex 5, Appendix 1, Article C
    
    North American Free Trade Agreement (NAFTA) - Article(s):
    Excluded - Annex 1001.1b-1, Section A  Article 1,(h)
    
    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
    
    The UAT requires a shallow water (<300 m) broadband multi-beam
    echosounder for archaeological area survey and target detection
    that is also capable of ultra high resolution  (700 kHz) 3D
    structural recording of shipwreck targets, their associated
    debris fields, and other identified underwater heritage
    features. R2Sonic is the ONLY manufacturer of a shallow water
    multi-beam sonar system (typically 200-400 kHz) that provides an
    additional ultra high resolution 700 kHz imaging option As high
    accuracy, high precision and high resolution structural
    recording is the primary operational requirement of the UAT, no
    other available system on the market meets its needs.
    
    As the UAT also plans to deploy this multi-beam echosounder
    system on its inspection class ROV, in addition to deployments
    from small craft, a low power sonar head with telemetry provided
    through a single Gigabit Ethernet connection is required for
    integration.  R2Sonic provides the only 200-400 kHz shallow
    water multi-beam echosounder system that draws less than 150 W
    and which also interfaces both projector and receiver
    transducers through a single Gigabit Ethernet connection. This
    owes to the fact that R2Sonic systems offer integrated sonar
    processing -- the processing taking place inside the sonar head
    instead of in a surface unit. The available power budget of the
    UAT's inspection class ROV for ancillary sensors dictates that a
    maximum power draw of 150 W is incurred, and the R2Sonic 2024
    draws only 50 W.
    
    8. Government Contracts Regulations Exception(s)
    
    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.
    
    9. Ownership of Intellectual Property
    
    Not applicable
    
    
    10. Period of the proposed contract or delivery date
    
    The product/system/equipment (as appropriate) must be delivered
    on April 30th 2015. Delivery to Parks Canada's Underwater
    Archaeology Team, 1800 Walkley Road, Ottawa, Ontario, Canada K1H
    8K3.
     
    11. Cost estimate of the proposed contract
    
    Price is not provided as it could compromise the pre-identified
    supplier's competitive position if the requirement proceeds to a
    traditional or electronic bidding process.
    
    12. Name and address of the pre-identified supplier
    
    R2Sonic LLC
    5307 Industrial Oaks Blvd., Suite 120
    Austin, Texas 78735
    
    13. 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.
    
    14. Closing date for a submission of a statement of capabilities
    
    The closing date and time for accepting statements of
    capabilities is: April 10th 2015, at 2:00pm EST.
    
    15. Inquiries and submission of statements of capabilities
    
    Inquiries and statements of capabilities are to be directed to:
    
    Stefan Wetscher
    Intern Officer
    Electronics, Munitions and Tactical Systems Procurement
    Directorate
    11 rue Laurier, Place du Portage Phase III, 8C2
    Tel :	819 - 956 - 5772
    Email:	Stefan.wetscher@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

    • Agreement on Internal Trade (AIT)

    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
    Wetscher, Stefan
    Phone
    (819) 956-5772 ( )
    Fax
    (819) 956-5650
    Address
    11 Laurier St. / 11, rue Laurier
    8C2, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Parks Canada
    Address
    30 Victoria Street
    Gatineau, Quebec, J8X 0B3
    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
    Ontario (except 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: