i3XO EcoMapper Autonomous Underwater Vehicle (AUV)
Solicitation number F5240-160101/A
Publication date
Closing date and time 2017/01/05 13:00 EST
Description
Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama 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: Hoskin Scientific Limited 4210 MORRIS DRIVE BURLINGTON Ontario Canada L7L5L6 Nature of Requirements: i3XO EcoMapper Autonomous Underwater Vehicle (AUV) by YSI Integrated Systems - Authorized distributor in Canada is Hoskins Scientific Limited F5240-160101/A Johnston, Edward Telephone No. - (506) 636-4416 Fax No. - (506) 636-4376 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 thenproceed with the award to the pre-identified supplier. 2. Definition of the requirement Public Works and Government Services Canada (PWGSC), on behalf of its client, Fisheries and Oceans Canada has requirement for the supply and delivery of two (2) YSI Integrated Systems - i3XO EcoMapper AUV’s consisting of: 1. Quantity two (2) i3XO EcoMapper Autonomous Underwater Vehicles (AUV) 2. Quantity two (2) Iridium Data Communications 3. Quantity two (2) Handheld Remote Controllers 4. Quantity one(1) StarFish 425F Side Scan Sonar 5. Quantity one (1) Iver3 spare parts kit The i3XO EcoMapper AUV’s provide high-resolution maps of water quality, water currents, bathymetry and sonar imagery. The AUV must have the following features and specification requirements: - One person deployable system - User friendly mission planning software that accepts standard geo-referenced chart types. - Software that enables interfacing with the instrument and facilitates data transfer (capable of exporting data in delimited and ASCII formats), diagnostic checks and manual vehicle control - Up to 8 water quality simultaneous parameters - ports available for 6 optional sensors that are field installable and replaceable including: optical dissolved Oxygen (range 0-20mg/l, 0-200% saturation+/- 0.1mg/l), turbidity, chlorophyll fluorescence, pH (0-14)/ORP - Bottom mapping and water column profiling - Operating depth from 1m to 100 meters - Complete wide area surveys without the use of a boat - IntelDual Core 1.6 GHz N2600 processor with MS Windows embedded; Up to 512 GB solid state drive for data storage - Communications; surface: 2.4 Ghz telemetry radio for Handheld Remote; and/or Iridium with cloud based tracking software. Wireless 802.11g Ethernet standard. - Navigation; Surface: GPS (WAAS corrected). Subsurface: RDI Doppler Velocity Log (DVL) downward looking, 81M range, depth sensor and corrected compass - 48V Servo controlled DC Motor with 3-Blade cast bronze propeller - Charging via 24 volt external connector with 2.0 USB supports - Four independent control planes - 60-85 (152.4-216cm) L x 5.8 (14.7cm) Diameter, 59-85 lbs (26.76-38.55kg) - Rugged, lightweight carbon fiber and marine grade aluminum - Side Scan Sonar; single frequency 450 kHz - Built in moisture detectors and location pinger - Li-Ion batteries, 800 WHrs - 1-4 knots speed range, 100 meter depth rating - 8-14 hours operating time at 2.5 knots - Navigation lights with IR and visible LED’s (programmable strobe) - Capable of working in fresh, brackish and seawater - Battery compartment must be sealed and protected by a safety device that protects the operator from a gas pressure build-up - Sensor payload to include: conductivity (0-40 psu equivalent, +/-0.1psu), temperature (-2 to 30°C+/- 0.01°C), depth from surface, height from bottom, 3 axis digital compass - Forward object avoidance 3. This procurement is subject to the following trade agreements: - Agreement on Internal Trade (AIT) - World Trade Organization - Agreement on Government Procurement (WTO-AGP) - North American Free Trade Agreement (NAFTA) 4. Justification for the Pre-Identified Supplier Sole source justification is supported by the following: Hoskins Scientific Limited isthe only known authorized Canadian distributor of the i3XO EcoMapper Autonomous Underwater Vehicle (AUV) built by YSI Integrated Systems. YSI Integrated Systems does not authorize value-added resellers for their equipment in Canada. 5. 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 is capable of performing the work". 6. Exclusions and/or Limited Tendering Reasons The following exclusions and or limited tendering reasons are invoked: AIT - Articles 506.12 (a) and 506.12(b) of AIT are applicable on the basis of limited tendering due to compatibility with existing products, to recognize exclusive rights, such as exclusive licenses, copyright and patent rights, or to maintain specialized products that must be maintained by the manufacturer or its representative and where there is an absence of competition for technical reasons and the goods or services can be supplied only by a particular supplier and no alternative or substitute exists, respectively. NAFTA- Articles 1016.2 (b) and 1016.2 (d) of NAFTA are applicable on the basis of limited tendering due to where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or 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 and for additional deliveries by the original supplier that are intended either as replacement parts or continuing services for existing supplies, services or installations, or as the extension of existing supplies, services or installations, where a change of supplier would compel the entity to procure equipment or services not meeting requirements of interchangeability with already existing equipment or services, including software to the extent that the initial procurement of the software was covered by this Chapter; WTO- Article XV.1 (b) of WTO-AGP are applicable on the basis of limited tendering due to when, for works of art or for reasons connected with protection of exclusive rights, such as patents orcopyrights, or 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; 7. The product must be delivered on or before March 31, 2017. 8. The estimated value of the contract is $493,935.00 HST extra 9. Name and address of the pre-identified supplier: Hoskins Scientific Limited 4210 Morris Drive Burlington, Ontario L7L 5L6 10. Suppliers' right to submit a statement ofcapabilities: Suppliers who consider themselves fully qualified and available to provide the 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 and time for accepting statements of capabilities: Submissions must be received on or by 2:00 p.m. January 05, 2017. 12. Inquiries and statement of capabilities are to be directed to: Edward Johnston, Supply Specialist Public Works and Government Services Canada 189 Prince William St Saint John, NB, E2L 2B9 Telephone No. (506) 636-4416 Fax No. (506) 636-4376 Email: edward.johnston@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
-
Canada-Panama Free Trade Agreement
-
Agreement on Internal Trade (AIT)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
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
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Johnston, Edward
- Phone
- (506) 636-4416 ( )
- Address
-
189 Prince William St., Rm 405
189, rue Prince William, Pc 405St. John, NB, E2L 2B9
Buying organization(s)
- Organization
-
Fisheries and Oceans Canada
- Address
-
200 Kent St, Station 13E228Ottawa, Ontario, K1A 0E6Canada
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.