DND-RISO-VESSEL CHARTER CFMETR -

Solicitation number W0103-126535/A

Publication date

Closing date and time 2012/04/20 17:00 EDT

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    DND-VESSEL CHARTER CFMETR
    
    W0103-126535/A
    Cond, Anthony A.
    Telephone No. - (250) 363-3309 
    Fax No. - (250) 363-3960
    
    1. SCOPE
    	The Canadian Forces Maritime Experimental and Test Ranges
    (CFMETR) located at Nanoose Bay, British Columbia, has the need
    for reliable, safe and punctual sea transportation of up to 12
    passengers and material from Ranch Point Jetty to Winchelsea
    Island; a round trip distance of approximately 18 kilometres (or
    10 nms). This shall include personnel involved with range
    activities as well as visitors. It will also include reasonable
    quantities of small cargo such as luggage, tools and building
    materials.
    
    	The vessel for this ferry service and a back-up vessel must be
    capable of year round, sustained operations in potentially
    adverse weather conditions and restricted visibility.  The
    vessel must be capable of manoeuvring in the restricted waters
    around the Winchelsea Island and Ranch Point Jetties. Unless
    prevented by hazardous weather conditions, this service shall be
    performed on a daily basis including unscheduled trips on an
    as-required basis.
    
    2. PRIMARY VESSEL
    	To provide CFMETR with the services required, the vessel must
    have, as a minimum, the following attributes:
    the vessel must be seaworthy, in that it must be capable of
    safely conducting sustained operations in conditions up to and
    including SEA STATE 4 and with RESTRICTED VISIBILITY, in the
    case of fog and darkness;
    the vessel shall be equipped with an engine in good running
    order and all gear and equipment in good repair;
    an overall length of at least 9.144 metres (~30ft); but not more
    than 12.192 metres (~40 ft);
    it must be capable of transporting, in reasonable comfort, up to
    12 passengers seated in a covered compartment;
    noise levels produced by the vessel, at the normal transit speed
    of 10-15 knots, shall not exceed 85 dB as measured on the "A"
    curve, at any of the passenger seating positions; and
    the vessel must meet the requirements of the Canada Shipping Act
    and be certified as a Near Coastal II passenger-carrying vessel
    by the Transport Canada Marine Safety Branch. Proof of this
    qualification shall be provided to the Contracting Authority
    prior to commencement of service and when requested by the
    Service Site Authority at any time throughout the duration of
    this contact.
    
    3. VESSEL'S CREW
    	The contractor shall provide the necessary number of crew
    members, with the appropriate qualifications, as required, to
    maintain a Near Coastal II certification. In particular, the
    Vessel Master, and any alternates, shall be in possession of a
    "Master of Small Craft" Certificate or equivalent. In addition,
    the Vessel Master, and any alternates, shall have satisfactory
    blind pilotage and vessel handling ability as well as knowledge
    of the operational area. Proof of this qualification shall be
    provided to the Contracting Authority prior to commencement of
    service and when requested at any time throughout the duration
    of this contact.
    
    4. VESSEL MAINTENANCE
    	The contractor shall be responsible for all upkeep maintenance
    of the vessel and shall provide, at his own expense, all fuel,
    oil and lubricants necessary for the proper operation of the
    vessel. The contractor agrees to keep and maintain the boat,
    engines, gear and equipment in good efficient repair during the
    period stated herein and agrees to pay for all necessary
    repairs, renewals and maintenance.
    
    5. SECURITY REQUIREMENTS
    	The contractor, and any of the personnel requiring access to
    the work site(s), must EACH hold a valid RELIABILITY STATUS,
    granted or approved by CIISD/PWGSC.
    
    6. PERIOD OF CONTRACT
    	The period of the contract will be from 01 July 2012 until 31
    June 2014, with an option of two one-year additions.
    
    
    
    
    
    
    Delivery Date: Above-mentioned
    
    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)

    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
    Cond, Anthony A.
    Phone
    (250) 363-3309 ( )
    Fax
    (250) 363-3960
    Address
    401 - 1230 Government Street
    Victoria, B. C., V8W 2Z4

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    French
    5
    001
    French
    0
    000
    English
    18
    001
    English
    7

    Access the Getting started page for details on how to bid, and more.

    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
    Request for Proposal
    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: