Polar Ocean Profiling System

Solicitation number K3D33-131223/A

Publication date

Closing date and time 2013/10/23 14:00 EDT


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    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: 
    METOCEAN Data Systems Limited
    21 Thornhill Drive
    Dartmouth Nova Scotia
    Canada
    B3B1R9
    Nature of Requirements: 
    Polar Ocean Profiling System 
    
    K3D33-131223/A
    Juan, Peggy
    Telephone No. - (905) 615-2467 (    )
    Fax No. - (905) 615-2060
    
    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
    
    To establish a standing offer for Environment Canada located in
    Toronto, Ontario, Fisheries and Oceans Canada located in Ottawa,
    Ontario and Department of National Defence located in Ottawa,
    Ontario for the supply and delivery of up to sixteen (16) Polar
    Ocean Profiling System (POPS) during the standing offer period.
    The standing offer period will be from the date of standing
    offer issuance to March 31, 2017.  
    
    As part of the METAREA initiative and contribution to the
    International Arctic Buoy Program, Canada has increased the
    number of drifter buoy deployments in the Arctic region.  Due to
    the complex environmental conditions and difficulty in accessing
    the area, only very unique monitoring applications can be used
    successfully in the Arctic environment. Currently, the lack of
    real-time or near real-time data on subsurface oceanographic
    measurements is a huge disadvantage for forecasting, modelling,
    climate studies and science. 
    
    The POPS include specialized suite of sensors that have been
    integrated to allow for direct in-situ measurements of
    oceanographic and meteorological parameters to allow better
    understanding of the water quality and thermodynamics of the
    Arctic Ocean. Canada plans to deploy POPS via deployments with
    Canadian Coast Guard Ice Breakers and/or air deployment  via
    Canadian Coast Guard helicopter (landing on ice surface). 
    
    The POPS will provide observations of conductivity, water
    temperature and depth, along with a range of atmospheric
    observations (air temperature, sea surface temperature,
    barometric pressure and GPS). 
    
    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 meets or exceeds the following
    requirements:
    
    1.	Typical Buoy Dimensions (nominal) 
    Hull Diameter - 22cm
    Flotation Collar - 61cmx45cm think
    Height - 205cm
    Weight - 34kg
    
    2.	Buoy Construction: 
    Hull - 8.0 in schedule 40.6061-T6 aluminum tube
    Collar - Softile Ionometer form type 450
    Mast - 1.0in schedule 40.6061-T6 aluminum tube
    
    3. 	Sensor: 
    Sensor	Model	Operational limits	Survival limits
    Air Temperature	YSI 44032 	-40 degree Celsius to +75 degree
    Celsius	-80 degree Celsius to +150 degree Celsius
    Sea Surface Temperature	YSI 44302 	-40 degree Celsius to +75
    degree Celsius	-80 degree Celsius to +150 degree Celsius
    Barometric Pressure	Vaisala PTB110 	800  to 1060 hPa; -40 degree
    Celsius to +60 degree Celsius	0-2000 hPa
    GPS Receiver	NAVMAN Jupiture 32xLP 	-40 degree Celsius to +85
    degree Celsius	Not related
    Batteries	64 D-cell Lithium-Thionyl Chloride (TADIRAN)	-40
    degree Celsius to _60 degree Celsius	-55 degree Celsius to +85
    degree Celsius
    
    4. Profiler: 
    Sensor	Model	Operational limits	Survival limits
    CTD Sensor	Sea Bird SBE 41CP 	-5 to 45 degree Celsius	-5 to 45
    degree Celsius
    Profiler	NOVA and Inductive Link	2000m max depth	2100m (crush)
    Batteries	30 D-cell Lithium-Thionyl Chloride (SAFT LSH 20)	-2
    degree Celsius to +55 degree Celsius	-20 degree Celsius to +70
    degree Celsius; Optimal Battery Storage +30 degree Celsius 
    
    5.	Electronics: Controller GPT II
    6. 	Power Supply: Lithium - 64 D-cell Lithium-Thionyl Chloride
    (TADIRAN)
    7. 	Operational Lifetime: POPS must demonstrate in-field
    operation of a minimum 18 months in Arctic Environment
    8. 	Operational Depth: Maximum Operation Depth 1000m
    9.	Data Communications: Iridium RUDICS telemetry, Iridium SBD
    9522B Modem
    10. 	Data Logger: SD card data logger with 2GB storage
    
    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)
    -World Trade Organization - Agreement on Government Procurement
    (WTO-AGP)
    -North American Free Trade Agreement (NAFTA)
    
    5.	Justification for the Pre-Identified Supplier
    
    MetOcean Data Systems Inc., is the original equipment
    manufacturer and the sole distributor of the Polar Ocean
    Profiler System. MetOcean Data Systems Inc. is the known
    supplier presently providing this type of system which
    integrates a range of sensors into a package that is easy to
    deploy and operate in the Arctic environment. The POPS is the
    only known commercially available solution to providing near
    real-time in-situ observations of Conductivity, Temperature and
    Depth up to a depth of 1000m together with all meteorological
    parameters. 
    
    6.	Government Contracts Regulations Exception(s)
    
    The following exception(s) to the Government Contracts
    Regulations is (are) invoked for this procurement under
    subsection subsection 6(d) - "only one person is capable of
    performing the work".
    
    7.	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 506.12b) 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. 
    
    World Trade Organization - Agreement on Government Procurement
    (WTO-AGP)  Article XV.1b) when, for works of art or for reasons
    connected with protection of exclusive rights, such as patents
    or copyrights, 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.
    North American Free Trade Agreement (NAFTA)  Article 1016.2 b)
    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.
    
    8.	Period of the proposed standing offer period 
    
    The standing offer period will be from the date of standing
    offer issuance to March 31, 2017. 
    
    9.	Name and address of the pre-identified supplier
    
    METOCEAN Data Systems Limited
    21 Thornhill Drive, Dartmouth, Nova Scotia B3B1R9
    
    10.	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.
    
    11.	Closing date for a submission of a statement of capabilities
    
    The closing date and time for accepting statements of
    capabilities is October 23, 2013 at 2:00pm EDT. 
    
    12.	Inquiries and submission of statements of capabilities
    
    Inquiries and statements of capabilities are to be directed to:
    Peggy Juan, Supply Team Leader
    33 City Centre Drive  Suite 480C, Mississauga, Ontario L5B2N5
    Telephone: (905) 615-2467
    Facsimile: (905) 615-2060
    E-mail: peggy.juan@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
    • Agreement on Internal Trade (AIT)
    • 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
    Juan, Peggy
    Phone
    (905) 615-2467 ( )
    Fax
    (905) 615-2060
    Address
    Ontario Region
    33 City Centre Drive
    Suite 480
    Mississauga, Ontario, L5B 2N5

    Buying organization(s)

    Organization
    Environment 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)
    ,
    National Capital Region (NCR)
    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: