ACAN - Robotic Total Portable Stations Trimble SX10 - DFO/CCG - Victoria BC Canada

Solicitation number F1705-180123/A

Publication date

Closing date and time 2018/11/27 17:00 EST


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    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: 
    CANSEL SURVEY EQUIPMENT INC.
    3900 North Fraser Way
    Burnaby British Columbia
    Canada
    V5J5H6
    Nature of Requirements: 
    
    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), Canadian Coast Guard (CCG) in Victoria BC has a requirement for the supply of one (1) Trimble SX10 combined surveying, imaging and high speed 3D scanning portable station in one single instrument with related software and accessories.
    
    
    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 equipment meets all of the following mandatory requirements: 
    
    
    3.1 Mandatory Technical Requirements:
    
    3.1.1 Minimum Scanner Data Collection Rate: 10,000 points/second. This equipment will be used for 3D scanning applications and due to the limited time window on the remote sites which it will be used it will require a data collection rate capable of capturing a high density point cloud within the 6 hours typically allotted to a site survey. This small time window is a function of the remote nature of CCG sites, and the low availability and high demand for helicopter transportation which is used to access these sites. 
    
    3.1.2 Minimum Angular Accuracy: 2 Second resolution. This equipment will be used for the layout and collection of precise site features, including but not limited to concrete formwork, concrete foundations, steel structures, precise electronics equipment and high precision survey control. In order to achieve these requirements the above precision requirement is a minimum.
    
    3.1.3 Minimum EDM Precision: 2mm + 2ppm with a prism. This equipment will be used for the layout and collection of precise site features, including but not limited to concrete formwork, concrete foundations, steel structures, precise electronics equipment and high precision survey control. In order to achieve these requirements the above precision requirement is a minimum. 
    
    3.1.4 Minimum EDM Range: 1000m with prism. For the function of control surveys the EDM must be able to achieve a range of a minimum 1000m as sightlines between stations can extend to that range.
    
    3.1.5 Total Station Functionality: The unit(s) will have the functionality of a traditional total station which allows for data collection and survey layout functions. The equipment will be used to conduct site layout consistent with the above specifications (3.1.2, 3.1.3, and 3.1.4) in addition to the data collection functionality required in (3.1.1). 
    
    3.2 Mandatory Operational Requirements: 
    
    3.2.1 Maximum Volume:  CCG survey crews will always travel to site with 2 tripods, 1 telescoping range pole and 1 field controller unit. Notwithstanding the volume required to transport this equipment the maximum allowable volume of the Scanner/Total Station unit(s) is 0.5625 cubic meters. This space requirement comes is a function of site access which is achieved by helicopter with limited cargo area. It has been determined than a volume greater than the allotted will limit the ability to transport the required equipment to site and will not fit within the cargo holds within the helicopters used for transportation to CCG sites.
    
    3.2.2 Maximum Weight: CCG survey crews will always travel to site with 2 tripods, 1 telescoping range pole and 1 field controller unit. Notwithstanding the volume required to transport this equipment the maximum allowable weight of the Scanner/Total Station unit(s) is limited to 25kg. This weight requirement is a function of the ability for the crews to transport the equipment on the ground while working on CCG remote sites. It is not reasonable to expect our crews to carry anything over this weight over the distances (several hundred meters typically) required while working on site. This is a health and safety requirement, as it is not safe to travel over rough ground in remote location with
    
    
    4. Applicability of the trade agreement(s) to the procurement 
    
    This procurement is subject to the following trade agreements:
    - Canadian Free Trade Agreement (CFTA) 
    - World Trade Organization Agreement on Government Procurement (WTO-AGP)
    - North American Free Trade Agreement (NAFTA)
    - Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    - Canada - Chile Free Trade Agreement (CCFTA) 
    - Canada - Colombia Free Trade Agreement 
    - Canada - Honduras Free Trade Agreement
    - Canada - Korea Free Trade Agreement
    - Canada - Panama Free Trade Agreement
    - Canada - Peru Free Trade Agreement (CPFTA)
    - Canada - Ukraine Free Trade Agreement (CUFTA)
    
    
    5. Set-aside under the Procurement Strategy for Aboriginal Business 
    
    Not Applicable (N/A)
    
    
    6. Comprehensive Land Claims Agreement(s) 
    
    N/A
    
    
    7. Justification for the Pre-Identified Supplier
    
    The Trimble SX10 station is the only known all-in-one system to meet the minimum essential requirements stated under item 3 of this notice, and is only available for purchase in Canada from the supplier pre-identified under item 13.
    
    
    8. Government Contracts Regulations Exception(s) 
    
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6 (d) - "only one person is capable of performing the work". 
    
    
    9. Exclusions and/or Limited Tendering Reasons 
    
    The following exclusion(s) and/or limited tendering reasons are invoked under the specified trade agreements: 
    
    - Canadian Free Trade Agreement (CFTA) - Article(s) 513(b) 
    - World Trade Organization - Agreement on Government Procurement (WTO-AGP) - Article(s) XIII(b)
    - North American Free Trade Agreement (NAFTA) - Article(s) 1016 para 2(b)
    - Canada-European Union Comprehensive Economic and Trade Agreement (CETA) - Article(s) 19.12 para 1(b) 
    - Canada - Chile Free Trade Agreement (CCFTA) - Article(s) Kbis-09 para 1(b)
    - Canada - Colombia Free Trade Agreement - Article(s) 1409 para 1(b)
    - Canada - Honduras Free Trade Agreement - Article(s) 17.11 para 2(b)
    - Canada - Korea Free Trade Agreement - Article(s) 14.3
    - Canada - Panama Free Trade Agreement - Article(s) 16.10 para 1(b)
    - Canada - Peru Free Trade Agreement (CPFTA) - Article(s) 1409(b)
    - Canada - Ukraine Free Trade Agreement (CUFTA) - Article(s) 10.13 para 1(b)
    
    
    10. Ownership of Intellectual Property 
    
    N/A
    
    
    11. Period of the proposed contract or delivery date 
    
    The proposed contract is for a period of 28 months from date of award (estimated December 1, 2018) to March 31, 2021.
    
    The first system must be delivered by no later than March 29, 2019 (Mandatory). The requirement includes the option to purchase additional goods and services as and when requested before the above-mentioned contract expiry date.
    
    
    12. Cost estimate of the proposed contract 
    
    The estimated value of the proposed contract, including optional goods/services is $500,000.00 CAD including Applicable Taxes. 
    
    
    13. Name and address of the pre-identified supplier 
    
    Cansel Survey Equipment Inc.
    3900 North Fraser Way
    Burnaby, British Columbia
    Canada V5J 5H6
    
    
    14. 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.
    
    
    15. Closing date for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of capabilities is November 27, 2018 at 2:00 PM Pacific Standard Time (PST)
    
    
    16. Inquiries and submission of statements of capabilities 
    
    All enquiries and submission of statements of capabilities must be submitted in writing by no later than the above-mentioned closing date to:
    
    Hélène Kobenter
    Supply Specialist
    Public Works and Government Services Canada
    Pacific Region
    401 - 1230 Government Street
    Victoria BC V8W 3X4
    Canada
    Telephone:(250) 508-7491
    Facsimile:(250) 363-3344
    E-mail: helene.kobenter@pwgsc-tpsgc.gc.ca
    
    
    This PWGSC office provides procurement services to the public in English.
    
    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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • 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 Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Kobenter, Hélène
    Phone
    (250) 508-7491 ( )
    Email
    helene.kobenter@pwgsc-tpsgc.gc.ca
    Fax
    (250) 363-3344
    Address
    401 - 1230 Government Street
    Victoria, B. C., V8W 3X4

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    Procurement method
    Non-Competitive
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.