Underwater Submersible ROV System

Solicitation number K0F72-136203/A

Publication date

Closing date and time 2013/07/31 17:00 EDT


    Description
    Trade Agreement: 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: 
    VideoRay LLC
    580 Wall Street
    Phoenixville Pennsylvania
    United States
    19460
    Nature of Requirements: 
    Scientific ROV System
    
    Remote Operated Vehicle (ROV)  - ACAN
    
    K0F72-136203/A
    Yamamoto, Albert
    Telephone No. - (604) 775-7549
    Fax No. - (604) 775-7526
    
    Public Works and Government Services Canada (PWGSC) on behalf of
    Environment Canada, intends to negotiate with VideoRay in
    Pottstown, Pennsylvania, USA, for provision of the VideoRay P4
    HY 300Base Remote Operated Vehicle.  The delivery date shall be
    subject to manufacturer's availability.
    
    
    Applications:
    
    Our applications for the ROV include:
    
    	Underwater investigation and inspection for pollution detection
    and fugitive discharges;
    
    	Sampling of items or substances suspected to be in
    contravention of the Fisheries Act and/or the Canadian
    Environmental Protection Act, 1999;
    
    	Forensic evidence gathering.
    
    The above operations will be conducted in low light conditions
    as well as tight spaces or intakes on a regular basis.
    
    
    Definition:
    
    1.	VideoRay Pro 4 HY 300BASE configuration
    2.	Monitor Package 15" Standard
    3.	Pro 4 Industrial Hand Controller
    4.	250 ft VideoRay ROV Tether
    5.	Manipulator Arm with Pro 4 standard mounts
    6.	Pro 4 ROV Maintenance Kit
    7.	Recovery and Retrieval Tools Kit
    8.	Laser Sea Beam Parallel Beam Scaler
    
    
    Mandatory Specifications for the ROV:
    
    1.	Depth Rating: Rated for depths of up to 1,000 feet in salt
    water.
    
    2.	Warranty: Minimum 2-years.
    
    3.	Camera: High resolution colour and black & white camera with
    a sensitivity of .004 lux in colour mode and a .0001 lux in
    black & white mode.  This sensitivity allows for the required
    illuminance and luminous emittance in the surface area of
    operation to conduct inspections and investigations.  The ROV
    will frequently be used in extremely low light and turbid
    situations.  The presence of a camera specifically for these
    conditions is mandatory.  In conditions where more light is
    available, the use of colour video is preferred over black and
    white.
    
    4.	Sized to allow for manoeuvrability in tight spaces and allow
    for inspection inside areas such as industrial outfalls and
    intakes or narrow docks.  Also, sized to enter small areas due
    to potential lack of water clarity and light. 
    
    5.	Lighting for low light conditions: necessary as the ROV will
    be used at depths in lakes and marine environments where there
    is no light.  An LED Array with 32 emitters of 3,600 lumens is
    required to beam in the area of operation.
    
    6.	Sensors for depth, water temperature, internal temperature
    and accelerometer (speed) are required to monitor these
    variables to effectively pilot the ROV.
    
    7.	Motor: of a sufficient thrust to be capable of overcoming the
    drag and weight of sampling devices and tethers.
    
    8.	Logistical requirements: compact enough for easy lifting,
    packing in hard cases, storage and transportation to remote
    locations by small vessel (rigid hull inflatable vessels RHIB):
    weight for base ROV fewer than 20 pounds with full ballast and
    total unit under 100 pounds, less than 15 inches length, 15
    inches in width, and 15 inches in height.  This size also meets
    the manoeuvrability requirements above.
     
    9.	Monitors: makes the image viewable by the ROV camera.  An
    additional 15-inch monitor allows for the images to be seen
    clearly while providing viewing space for multiple application
    windows.  
    
    10.	Hand controllers: used to operate the ROV from the surface. 
     The controllers are used to manually direct the ROV and pilot
    the unit.  An additional industrial hand controller is required
    to remotely operate and pilot the unit.
    
    11.	Control Panel/Computer with operating software: requires
    video and still image recording with date, time, depth, and
    heading overlay to accurately document inspection and
    investigation activities and evidence gathered.
    
    12.	Tether: mateable and compatible to allow for increased
    depths to be accessed by original and additional segments that
    can connect, and to ensure that rock or vessel propellers do not
    sever a sole connection.  
    
    13.	Manipulator Arm: required to perform various hands-on
    functions underwater such as collecting samples, recovering
    objects up to 100 lb and untangling tether snags.  Able to be
    opened and closed from the hand controller or control panel with
    a maximum jaw opening of 2 inches and a depth rating of 1,000
    feet. 
    
    14.	Maintenance Kit: must include parts such as domes, seals,
    and basic hardware.
    
    15.	Retrieval Kit: must include accessories to allow for
    securing evidence independent of the ROV - levering heavy items
    from underwater areas.
    
    16.	Laser Scaler: attachment for the ROV that is a measuring
    device that projects vertical beams 3 inches apart for
    estimating and measuring without tilting the mechanism.
    
    17.	The ROV must have the option to add sensors and sonar on an
    "as needed basis" as any additional operational requirements
    develop.  A sensor such as one that detects hydrocarbons and
    substances or compounds must be an option.  Software add-ons
    should also be an option to support any upgraded features.
    
    18.	 The ROV supplier must provide technical and operational
    support for the ROV procured.
    
    19.	The ROV supplier must provide training in the field covering
    topics such as setup, operational capability, basic piloting,
    cleaning and basic maintenance.
    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)

    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
    Yamamoto, Albert
    Phone
    (604) 775-7549 () )
    Fax
    (604) 775-7526
    Address
    800 Burrard Street, 12th Floor
    800, rue Burrard, 12e etage
    Vancouver, BC, V6Z 0B9

    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
    British Columbia
    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: