Underwater Noise Study - Phase 3

Solicitation number T8009-190121/A

Publication date

Closing date and time 2019/08/29 17:00 EDT


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / 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: 
    Vancouver Fraser Port Authority
    100 The Pointe
    999 Canada Place
    Vancouver British Columbia
    Canada
    V6C3T4
    Nature of Requirements: 
    
    Definition of the Requirement
    Transport Canada has a requirement for the establishment of a Contract with Vancouver Fraser Port Authority (VFPA) for further underwater noise studies as part of a program called Enhancing Cetacean Habitat and Observation (ECHO) Program to better understand and manage potential impacts to cetaceans from commercial vessel activities throughout the southern coast of British Columbia.
    The future work will utilize the learnings from previous work to further reduce the threats to endangered whales posed by vessel traffic. The work will be split into three themes: regional ambient noise and vessel noise collection and analysis, evaluation and analysis of operational and technological mitigations, and project management and stakeholder engagement.
    Criteria for assessment of the Statement of Capabilities (minimum essential requirements)
    Any interested supplier must demonstrate, by way of Statement of Capabilities, that it meets the following requirements:
    1)  Be the owner of over 7,000 vessel source level measurements, covering all the major commercial vessel classes transiting the Salish Sea and calling the Port of Vancouver.
    2)  Have collected and analysed source level measurements to closely match the Grade-C, ANSI vessel noise measurement standard;
    3)  Have convened a minimum of 17 marine stakeholder organizations as an Advisory Working Group, which meets a minimum of three times per year to provide input and guidance essential to the successful planning, management and industry participation of/in annual operational mitigations for the area covering the Salish Sea and the Port of Vancouver;
    4)  Have the support of a minimum of 80 marine industry partners to support and participate in annual voluntary efforts to reduce underwater noise;
    5)  Have collected and analysed continuous long-term datasets of ambient noise at multiple locations in the Salish Sea;
    6)  Have established baseline underwater conditions, considering spatial and temporal trends; 
    7)  Have regional partnerships to undertake technical, economic and socio-economic research and development;
    8)  Have direct access to the technical resources to manage the analysis of large amounts of data and provide high quality, scientific reporting to the general public; and
    9)  Be willing to support 50% of the costs for the execution of the work required.
    
    Applicability of the trade agreement(s) to the procurement
    This procurement is subject to the Canadian Free Trade Agreement (CFTA) and exempt from NAFTA [see Chapter 10, Annex 1001.2b, paragraph 1 (a)] and from the WTO-AGP (see Annex 4).
    
    Justification for the pre-identified supplier
    The Vancouver Fraser Port Authority (VFPA), is currently the only known entity to have the intellectual property rights to the vessel source level measurements required to conduct the required analysis.
    VFPA is also considered the only entity which has the required level of pre-engagement with industry required to implement any possible underwater radiated noise level reduction measures which may be proposed as a result of the data analysis.
    
    Government contracts regulations exception(s)
    The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work").
    Exclusions and/or limited tendering reasons
    The following limited tendering reasons are invoked under the section of the trade agreement specified:
    i) Canadian Free Trade Agreement (CFTA)  Article 513(1)b(III}
    If the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist due to an absence of competition for technical reasons. 
    
    Period of the proposed contract or delivery date
    Contract Award to March 31, 2024
    Name and address of the pre-identified supplier
     Organization Name: Vancouver Fraser Port Authority
     Organization Address: 
      100 The Pointe, 999 Canada Place
      Vancouver, B.C. 
      V6C 3T4
    
    Closing date for a submission of a statement of capabilities:
    The closing date and time for accepting statements of capabilities is 2:00 pm (PDT) on 29 August, 2019
    
    Inquiries and submission of statements of capabilities are to be directed to:
     Eric Zwarich
     Supply Team Leader, Acquisitions Marine, Procurement Branch / Pacific Region
     Public Services and Procurement Canada / Government of Canada
     1230 Gouvernement St. Victoria, BC V8W 3X4
     Eric.Zwarich@pwgsc-tpsgc.gc.ca 
     Cel: 250-661-2347
    
    Delivery Date: Above-mentioned
    
    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)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • 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

    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
    Zwarich, Eric
    Phone
    (250) 661-2347 ( )
    Email
    eric.zwarich@pwgsc-tpsgc.gc.ca
    Address
    401 - 1230 Government Street
    Victoria, B. C., V8W 3X4

    Buying organization(s)

    Organization
    Transport Canada
    Address
    330 Sparks St
    Ottawa, Ontario, K1A 0N5
    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
    Procurement method
    Non-Competitive
    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: