"MULTINET® MIDI" - Multiple Plankton Sampler and Supplies -
Solicitation number F2402-110180/A
Publication date
Closing date and time 2012/05/25 15:00 EDT
Last amendment date
Description
Trade Agreement: NAFTA/AIT/Canada-Peru FTA/Canada-Colombia FTA 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: CANIMPEX Enterprises Ltd. 41 Rockhaven Drive Halifax Nova Scotia Canada B3M1Z8 Nature of Requirements: "MULTINET® MIDI" - Multiple Plankton Sampler and Supplies This ACAN cancels and supersedes previous ACAN dated 25 April 2012 with a closing of 11 May 2012. F2402-110180/A ACAN 1. DEFINITION: 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 supplier. 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 officer will proceed to a full tendering process. 2. REQUIREMENT: Contractor is to provide all labour, material, tools, equipment, supervision and transportation necessary to supply a new MULTINET® MIDI - MULTIPLE PLANKTON SAMPLER & SUPPLIES to the Department of Fisheries and Oceans Canada in Richmond, B.C., as detailed herein. The MultiNet® is a standard sampling tool for stratified zooplankton sampling that is widely used in both Canada (e.g. ArcticNet cruises to the Beaufort Sea) and the US (e.g. University of Alaska surveys to the Chukchi/Beaufort Seas) and elsewhere in the Arctic. This sampler is equipped with five sampling bags (nets). This feature enables sampling zooplankton in up to five discrete layers during one vertical or horizontal deployment as opposed to only "one net - one sample" standard sampling procedure. The advantage of sampling with multiple nets during one deployment results in significant reduction of deck time necessary to collect numerous zooplankton samples, particularly at depths exceeding 200m. A) MultiNet® MiDi unique required specifications: The net frame must be made entirely of special high-quality stainless steel. unit must be capable of sustaining long term exposure to the full salinity (34 psu) marine water; high quality stainless steel is essential as only such material guarantees unbiased collection of zooplankton samples that are to be used for the contaminant-related analysis. The net must be equipped with a specifically designed pressure safe encapsulated motor unit that closes particular nets. The motor unit must be battery operated and have an integrated depth meter to initiate a net closing procedure at given depths. The motor unit must be certified to work at depths of up to 3,000 m. Canvas part with zip-fasteners, net opening 50 x 50 cm [= 0.25 square meter] 5 Net Bags with zip-fastener, length 250 cm, net end diameter 11 cm, custom mesh size of 150 microns; 5 Plastic Buckets 11 cm diameter, side window covered with sieve gauze Net Bucket Holder must be made of stainless steel. 2 Bridles Stainless Steel support Deck Command Unit is a push-button control device used for bi-directional communication for net changing - it displays a net changing sequence: this Unit must also communicate with the depth sensor to display the current depth of the net frame this Unit must display the battery status in the motor unit this Unit must interface to PC with WIN 95, WIN 98, WIN Me, WIN NT, WIN 2000, WIN XP and WIN 7 32-bit operating systems this Unit must have a LCD super-twist with LED backlighting display and be powered by the universal power supply 85 to 260V AC PC application software OceanLab® [must be WINDOWS 7, 32-bit version compatible] enables the pre-deployment system set-up real-time control of the complete systems and real-time data acquisition post-deployment data download data processing, data visualization, data storing and export V-Fin Depth Depressor, with steel rope and shackle, weight 22 kg (required for horizontal operations) B) Offline-Set - is a unique option that enables programmable depth this option allows to set the system up prior to the deployment when in the water the system operates autonomically the salinity/temperature data are downloaded upon the net retrieval C) Electronic flow meter that is integrated into the net frame provides on-line data on the water flow through the net that allows to identify potential clogging of the nets D) Conductivity/Salinity Set that is integrated into motor unit of MultiNet®, including Additional electronics board that includes the following: Conductivity sensor 0 .65 mS/cm, accuracy +/- 0.01 mS/cm Temperature sensor -2 +32º C, accuracy +/- 0.005 degrees C Integrated Conductivity/Salinity Set not only allows you to see these parameters in the real-time but also removes the need for additional, independent probes to record these parameters. E) 5 x single spare net part for Multi-Net type MiDi, with zip fastener, length of 250 cm, end of net diameter 11 cm, standard mesh size 150 um F) Single spare canvas part for Multi-Net type MiDi G) 5 x single spare plastic net bucket unit, consisting of a fixing ring with "overcentre" fasteners and a PVC net bucket with side window covered with sieve gauze. Delivery to be made FOB destination including all delivery and offloading charges to the Department of Fisheries and Oceans Canada, Arctic Aquatic Research Division at c/o Frosti Fishing, Building #12, 12740 Trites Road, Richmond BC, V7E 3R8, on or before 29 June 2012. 3. GOVERNMENT CONTRACTS REGULATIONS EXCEPTION AND LIMITED TENDERING REASON, IF APPLICABLE: The following limited tendering reasons pertain to this requirement: GCR Part 1, Section 6 d) only one supplier (person or firm) is capable of performing the contract. BACKGROUND AND JUSTIFICATION: DFO is planning to undertake an ecosystem baseline sampling survey (BREA Offshore Fish Program, led by Jim Reist) in the offshore waters of the Beaufort Sea in the summer of 2012. The goal of this survey is to gather knowledge in so far unsurveyed area. Samples of all crucial ecosystem compartments will be collected from the fishing trawler in summer 2012 - 2014. Additional scientific sampling will take place inshore by local fishermen and DFO staff to collect complimentary data to the offshore project. Acquired samples will allow creating baselines for ecosystem components sand eventually will be incorporated in the broad scale picture of the Beaufort Sea ecosystem by linking them to the results of past research programs. Public Works and Government Services Canada (PWGSC) intends to solicit a proposal and negotiate a contract with HydroBios-International Division of Canimpex Enterprises Ltd. / CPX Solutions in Halifax, Nova Scotia. The HydroBios-International Division of Canimpex Enterprises Ltd. / CPX Solutions is the sole authorized distributor for German made Hydro-Bios Apparatebau GmbH products for Canada (and North America), that are required by DFO located in Winnipeg, MB. The German based Hydro-Bios Apparatebau GmbH is the only manufacturer that produces Multiple Plankton Sampler - MultiNet®. 4. THE FOLLOWING LIMITED TENDERING REASONS PERTAIN TO THIS REQUIREMENT. AIT - ARTICLE 506 12. Where only one supplier is able to meet the requirements of a procurement, an entity may use procurement procedures that are different from those described in paragraphs 1 through 10 in the following circumstances: (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. NAFTA - ARTICLE 1016 2. An entity may use limited tendering procedures in the following circumstances and subject to the following conditions, as applicable: (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. FTA CHILE - ARTICLE KBIS-16: EXCEPTIONS 2. c) necessary to protect intellectual property; FTA PERU - ARTICLE 1409: LIMITED TENDERING 1. (b) where the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons: (ii) the protection of patents, copyrights or other exclusive rights. FTA COLUMBIA - ARTICLE 1409: LIMITED TENDERING 1. (b) where the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons: (ii) the protection of patents, copyrights or other exclusive rights. 5. OWNERSHIP OF INTELLECTUAL PROPERTY: Not applicable 6. DELIVERY: These units must be delivered FOB destination, including all shipping and offloading charges on or before 29 JUNE 2012. 7. ESTIMATED VALUE OF THE PROPOSED CONTRACT: From $80,000 to $90,000 8. PROPOSED SUPPLIER: Canimpex Enterprises Ltd. 41 Rockhaven Drive Halifax, Nova Scotia B3M 1Z8 9. SUPPLIERS' RIGHT TO SUBMIT A STATEMENT OF CAPABILITIES: Suppliers who consider themselves fully qualified and available to provide the goods and/or services 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. 10. CLOSING DATE FOR A SUBMISSION OF A STATEMENT OF CAPABILITIES: 25 MAY 2012 11. INQUIRIES AND SUBMISSION OF STATEMENTS OF CAPABILITIES: Deborah L. Orton Supply Officer | Agent d'approvisionnement Public Works and Government Services Canada Travaux publics et Services gouvernementaux Canada Acquisitions Branch | Direction générale des approvisioinnements Suite 100 - 167 Lombard Ave. | 167, av. Lombard, pièce 100 P. O. Box 1408 | C. P. 1408 Winnipeg, MB R3C 2Z1 | Winnipeg (Manitoba) R3C 2Z1 Tel | Tél: (204) 983-5007 Fax | Téléc: (204) 983-7796 E-Mail | Courriel: deb.orton@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
-
Agreement on Internal Trade (AIT)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
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
- Orton, Deb
- Phone
- (204) 983-5007 ( )
- Fax
- (204) 983-7796
- Address
-
PO Box 1408, Room 100
167 Lombard Ave.Winnipeg, Manitoba, R3C 2Z1
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.