"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)

    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
    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 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
    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: