SAP Ariba system maintenance

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

  • Sunday, June 9 from 7:00 pm until 11:00 pm (Eastern Time) 

FISH IDENTIFICATION TAGS

Solicitation number F1045-140149/A

Publication date

Closing date and time 2015/01/28 17:00 EST

Last amendment date


    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: 
    Floy Tag & Mfg., Inc.
    Floy Tag & Mfg., Inc.
    4616 Union Bay Pl. NE
    Seattle Washington
    United States
    98105
    Nature of Requirements: 
    FISH IDENTIFICATION TAGS
    
    F1045-140149/A
    
    The Vancouver PWGSC office provides procurement services to the
    public in English.
    
    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 Department of Fisheries and Oceans (DFO) has a requirement
    for the supply and delivery of 80,000 Peterson research
    laminated disc tags and 40,000 angle cut nickel pins to attach
    to salmon, for the research of salmon assessment and enumeration
    of the spawning grounds.
    
    3.	Criteria for assessment of the Statement of Capabilities
    (Mandatory Requirements)
    a)	10,000 Peterson red laminated disc tags, 9/16" diameter with
    a single 0.050" hole, numbered serially from A00,000 to A09,999
    and lettered "Do Not Remove".
    b)	10,000 Peterson red laminated disc tags, 9/16" diameter with
    a single 0.050" hole, numbered serially from B10,000 to B19,999
    and lettered "Do Not Remove".
    c)	10,000 Peterson red laminated disc tags, 9/16" diameter with
    a single 0.050" hole, numbered serially from Z20,000 to Z29,999
    and lettered "Do Not Remove".
    d)	10,000 Peterson red laminated disc tags, 9/16" diameter with
    a single 0.050" hole, numbered serially from F30,000 to F39,999
    and lettered "Do Not Remove".
    e)	40,000 Peterson red laminated disc tags, 9/16" diameter with
    a single 0.050" hole. No lettering or numbers - blank.
    f)	40,000 Angle cut nickel pins, 3" in length.
    g)	The Peterson disc tags produced must have been successfully
    field tested for scientific research on salmonids for a minimum
    of 5 years.
    
    4.	 Applicability of the trade agreement(s) to the procurement
    This procurement is subject to the following trade agreements:
    -Agreement on Internal Trade (AIT) 
    -North American Free Trade Agreement (NAFTA)
    
    5.	Justification for the Pre-Identified Supplier
    There is only one manufacturer of Peterson Disc Research Tags in
    North America.
    Peterson Disc Tags are the scientifically accepted tag type for
    salmon assessment and enumeration on the spawning grounds and
    have been used for this purpose for over 50 years. They have
    proven to have very little impact on fish behavior which is
    absolutely key to producing defensible and unbiased results.
    Other fish tag types cannot be accepted without completing years
    of detailed paired studies to determine the impact on fish
    behavior and associated bias on the resulting salmon escapement
    estimates.
    
    6.	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". 
    
    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 506.12(b) "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";
    
    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 contract or delivery date
    All Peterson laminated disc tags must be received at Destination
    in Kamloops, British Columbia, Canada V2C 6X6 on or before March
    31, 2015 (MANDATORY).
    
     9.	Cost estimate of the proposed contract
    The estimated value of the contract is $38,000 to $41,000 USD.
    (Applicable taxes excluded). 
    
    10.	Name and address of the pre-identified supplier
    Floy Tag & Manufacturing Inc.
    4616 Union Bay Place NE
    Seattle, WA, 98105, 
    USA
    
    11.	Inquiries and submission of statements of capabilities
    Inquiries and statements of capabilities are to be directed to: 
    	Janie Leung
    	Supply Officer
    	Public Works and Government Services Canada
    	Acquisitions Branch 
    	219-800 Burrard Street
    	Vancouver, British Columbia 
    	Canada V6Z 0B9
    	Telephone: (604) 775-8017
    	Facsimile:   (604) 775-7526
    	Email address: Janie.Leung@pwgsc-tpsgc.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

    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
    Leung, Janie
    Phone
    (604) 775-8017 ( )
    Fax
    (604) 775-7526
    Address
    219 - 800 Burrard Street
    800, rue Burrard, pièce 219
    Vancouver, BC, V6Z 0B9

    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
    British Columbia
    Procurement method
    Non-Competitive

    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: