Cod Sentinel Survey - 4R 3Pn
Solicitation number F6074-170002/A
Publication date
Closing date and time 2017/04/03 12:30 EDT
Description
Trade Agreement: Agreement on Internal Trade (AIT) Tendering Procedures: Generally only one firm has been invited to bid Non-Competitive Procurement Strategy: Government Objectives Representing Best Interests/Value to Govt Comprehensive Land Claim Agreement: Yes Vendor Name and Address: Fishermen Food & Allied Workers Union P.O. Box 10 Station C St. John's Newfoundland and Labrador Canada A1C5H5 Nature of Requirements: Cod Sentinel Survey - 4R 3Pn Public Services and Procurement Canada (PSPC) has a requirement, on behalf of the Department of Fisheries and Oceans (DFO), for the provision of a cod sentinel survey, as specified below. The purpose of this Advance Contract Award Notice (ACAN) is to signal the intention to award a contract for these services to the Fishermen Food & Allied Workers Union (FFAW) in St. John's, NL. Before awarding a contract, however, PSPC would like to provide other suppliers with the opportunity to demonstrate they are capable of satisfying the requirements set out in this Notice, by submitting a statement of capabilities during the posting period. If no supplier submits a statement of capabilities that meets the requirements set outin this ACAN, on or before the closing date stated, the contracting officer may then proceed with award to the pre-identified supplier. Background The Department of Fisheries and Oceans, Science Branch, in the Newfoundland and Labrador Region has a requirement for the delivery of a cod sentinel. There are approximately twenty-one (21) enterprises involved in the sentinel survey in North West Atlantic Fisheries Organization (NAFO) Divisions 4R 3Pn. The contractor will provide a biologist and technicians trained by DFO personnel, and who have data collection experience, to assist in training participants, collecting data and monitoring at-sea scientific activity. Participants in the cod sentinel program will collect biological data for age-determination and will also record the presence of by-catch. The participants must supply all fixed fishing gear, including boats and crew. Mobile gear will be supplied by the contractor. GSIN: F030A Ownership of Intellectual Property Canada intends toretain ownership of any Foreground Intellectual Property arising from the performance of the Work under the proposed contract. This is on the basis that the main purpose of the contract, or of the deliverables contracted for, is to generate knowledge and information for public dissemination. Criteria for Assessment of the Statement of Capabilities Mandatory Technical Criteria: To maintain the integrity of the data series, the bidder must have access to a large number of survey/project platforms over a wide geographic range (4R 3Pn). Point Rated Technical Criteria: Technical Proposal (40 points) - Understanding of the scope and objectives of the Sentinel Survey project including survey design and application of survey results to the assessment process. 10 - Proposed approach and methodology including organizational ability to mobilize and oversee a large number of survey vessels (commercial vessels) over a wide geographic range (NAFO DIVs 4R3Pn) and from all fleet sectors. 10 - Adequacy of work plan and schedule with intent and ability to maintain integrity of data series with respect to ensuring continuity in vessels and crew and survey timing and geographic location as well as survey and project design. 10 - Recognition of direct as well as peripheral problems and solutions offered. 10 Managerial Proposal (30 Points) - Project Manager with relevant experience including knowledge and background in the stock assessment process. 10 - Key personnel with relevant experience and qualification. 10 - Team organization planned and able to support surveys and projects on a wide geographic scale and with participation by all fleet sectors where applicable. 10 Experience (30 points) - Risk of non-performance of work. 5 - Competence proven in similar and related work. 5 - Sufficient manpower resources including access to commercial platforms over a wide geographic scale and all fleet sectors. 5 - Management capability. 5 - A demonstrated commitment by having participated in the developmental planning and investing financial and personnel resources to collaborative scientific studies in the fishery. 5 - Financial coverage of contract costs. 5 Total 100 Government Contracts Regulations (GCRs) Exception: The following exception to the GCRs is invoked for this procurement: Subsection 10.2.1 (d) - only one person or firm is capable of performing the contract. Trade Agreements This procurement is subject to the Agreement on Internal Trade (AIT), but the following limited tendering reason is being invoked: Article 506, 12. a): to ensure compatibility with existing products, to recognize exclusive rights, such as exclusive licences, copyright and patent rights, or to maintain specialized products that must be maintained by the manufacturer or its representative. Comprehensive Land Claims Agreement(s) This procurement is subject to the Labrador Inuit Land Claims Agreement Justification for the Pre-Identified Supplier The Fishermen Food & Allied Workers Union (FFAW) is the only known organization capable of successfully completing this work. DFO and the FFAW have jointly developed the sentinel survey and collected fishery-independent data since 1995. The data series cannot be continued if there has been a break. This is a unique fisheries research program and no other organization is known to possess the fisheries infrastructure, experience, or working knowledge to deliver this project in these NAFO Divisions of Newfoundland andLabrador. Period of Contract The proposed period of contract is from the date of award to March 31, 2018. Estimated Value The estimated value of the contract is $445,000.00 HST extra. Name and Address of the Pre-Identified Supplier: Fishermen Food & Allied Workers Union P.O. Box 10, Station C St. John's, Newfoundland and Labrador A1C 5H5 Canada Suppliers who consider themselves fully qualified, and available to provide the services described in the ACAN, may submit a statement of capabilities in writing to the contact person identified on or before the closing date specified. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements. The closing date and time for accepting statements of capabilities is: April 3, 2017 at 2:00 p.m. NDT Inquiries and statements of capabilities are to be directed to: Nikki Hoskins, Supply Specialist Public Services and Procurement Canada 7th Floor, John Cabot Building 10 Barter's Hill, P.O. Box 4600 St. John's, NL A1C 5T2 Telephone: 709-772-8192 Facsimile: 709-772-4603 E-mail: Nicole.Hoskins@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
-
Agreement on Internal Trade (AIT)
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
- Hoskins, Nicole
- Phone
- (709) 772-8192 ( )
- Fax
- (709) 772-4603
- Address
-
Cabot Place, Phase II, 2nd Floor
Box 4600St. John's, NL, A1C 5T2
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.