Canada - Autonomous Underwater Vehicle (F2905-200031/A)

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
30 December 2020
Opportunity publication date
10 December 2020
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Trade Agreement: WTO-AGP / CPTPP
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:
Hoskin Scientific Limited
3280 South Service Road West
Unit 5
Oakville Ontario
Canada
L6L0B1
Nature of Requirements:

Autonomous Underwater Vehicle

F2905-200031/A
Weaver, Tammy
Telephone No. - (613) 484-1809 ( )
Fax No. - (613) 545-8067 ( )

Title: AUV (Autonomous Underwater Vehicle)

1. Advance Contract Award Notice (ACAN) Explanation
An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award.

2. Requirement
The Department of Fisheries and Oceans Canada, GLLFAS section requires a small AUV (Autonomous Underwater Vehicle).

3. Criteria for Assessment of the Statement of Capabilities

3.1 Minimum Essential Requirements:

Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:

General

The AUV must have the following features and specification requirements:
a) One person deployable system
b) Shipping Case(s) and stand
c) Must have Side Scan Sonar and be able to complete wide area surveys without the use of a boat
d) Provide high-resolution maps of water quality, water currents, bathymetry and sonar imagery.
e) GUI mission planning software that accepts standard geo-referenced chart types.
f) Software that enables interfacing with the instrument and facilitates data transfer (capable of exporting data in delimited and ASCII formats), diagnostic checks and manual vehicle control
g) Minimum 6 water quality simultaneous sensor specific ports available plus integrated DO sensor. (4 ports being bow integrated EXO water quality sensor ports, two ports being side mounted Turner C-Fluor ports). As configured, system should have minimum of 5 available Generic ports for potential future 3rd party hardware/sensor integration.
h) Must include a Aanderaa 4330F oxygen sensor, two ports for Turner C-Flour sensor, it must also be capable of accepting at least 4 YSI EXO probes (system to include 1 x cond/temp probe and 1 x pH/ORP probe)
i) Bottom mapping and water column profiling
j) Operating depth from 1m to 100 meters
k) Minimum 1 TB total solid state drive for data storage
l) Ability to communicate via telemetry radio while on the surface; via acoustic modem while operational, and/or Iridium satellite communications with cloud based tracking software.
m) Navigation; Surface: GPS (WAAS corrected). Subsurface: RDI Doppler Velocity Log (DVL) downward looking, depth sensor and corrected compass
n) Built in moisture detectors and location pinger
o) 1-4 knots speed range, 100 meter depth rating
p) 8-14 hours operating time configuration dependent at 2.5 knots
q) Capable of working in fresh, brackish and seawater
r) Battery compartment must be sealed
s) Sensor payload to include: conductivity (0-40 psu equivalent, +/-0.1psu), temperature (-2 to 30°C+/- 0.01°C), depth from surface, height from bottom, 3 axis digital compass
t) Forward object avoidance

4. Applicability of Trade Agreements
The requirement is subject to the following Trade Agreements:

Canadian Free Trade Agreement (CFTA),
World Trade Organization - Agreement on Government Procurement,
Canada-Europe Union Comprehensive Economic and trade Agreement (CETA),
Canada-Korea Free Trade Agreement (CKFTA)
Canada-Chile Free Trade Agreement
Canada-Columbia Free Trade Agreement
Canada-Panama Free Trade Agreement
Canada-Honduras Free Trade Agreement
Canada-Peru Free Trade Agreement
Canada-Ukraine Free Trade Agreement
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

5. Justification for the Pre-Identified Supplier
Hoskins is the only supplier that can supply a system meeting all the technical requirements. Operationally many of the sensors used in the YSI EcoMapper are also used in the YSI EXO water quality sondes which are standard across science groups. The proposed unit will also function with Turner water quality probes, which are also commonly used across science groups. Commonality reduces operation costs by allowing us to use the same sensors across platforms, and eliminating data issues which can arise from using different methods to measure the same parameter.

6. Government Contracts Regulations Exception the following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - "Only one person or firm is capable of performing the contract."

7. Exclusions and/or Limited Tendering Reasons
The following exclusion(s) and/or limited tendering reasons are excluded under the section of the trade agreement(s) specified:
World Trade Organization Agreement on Government Procurement (WTO-AGP) - Article XV,
(1b) when, for works of art or for reasons connected with protection of exclusive rights, such as patents or copyrights, or in the absence of competition for technical reasons, the products or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists;

Canadian Free Trade Agreement (CFTA) - Article 513, 1b(iii) where 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;
Canada-Korea Free Trade Agreement (CKFTA) – Article 16.10b (iii) the procurement can be carried out only by a particular supplier and a reasonable alternative or substitute does not exist because of the absence of competition for technical reasons;
Canada-Chile Free Trade Agreement – Article Kb-09 (1b), 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;
Canada-Colombia Free Trade Agreement – Article 1409 (b iii), Where 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;
Canada-Panama Free Trade Agreement – Article 16.10 1b(iii) Provided that a procuring entity does not use this provision to avoid competition among suppliers, to protect domestic suppliers, or in a manner that discriminates against suppliers of the other Party, the procuring entity may contact a supplier of its choice and may choose not to apply Articles 16.06, 16.07, 16.08, 16.09 and 16.11 only under the following circumstances, if the procurement can be carried out only by a particular supplier and a reasonable alternative or substitute does not exist because of the absence of competition for technical reasons;
Canada-Honduras Free Trade Agreement – Article 17.11 2b(iii), the procuring entity may award a contract by limited tendering or other equivalent tendering procedures if a good or service being procured can be supplied only by a particular supplier and a reasonable alternative or substitute does not exist because there is an absence of competition for technical reasons;
Canada-Ukraine Free Trade Agreement – Article 10.13 1b(iii) if 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: due to an absence of competition for technical reasons;
Comprehensive Economic and Trade Agreement (European Union) – Article 19.12 1b(iii), if 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: due to an absence of competition for technical reasons;
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) – Article 15.10b(iii), if 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: due to an absence of competition for technical reasons.

8. Delivery Required
Delivery required: 31 March 2021

9. Cost estimate of the proposed is
$ 433,201.53 inclusive of GST/HST.

10. Name and Address of the Pre-Identified Supplier
Hoskin Scientific Limited
3280 South Service Road West
Unit 5
Oakville
Ontario
L6L0B1
Canada

11. Supplier’s right to submit a statement of capabilities
Suppliers who consider themselves fully qualified and available to provide the services and/or 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.
12. The closing date for a submission of a statement of capabilities:
The closing date and time for accepting statement of capabilities is 30 December 2020 at 2:00 p.m.
13. Inquiries and submission of statements of capabilities
Inquiries and statement of capabilities are to be directed to:
Tammy Weaver
Supply Specialist
Public Works and Government Services Canada
Acquisitions Branch

Telephone: 613-484-1809
E-mail:: Tammy.Weaver@tpsgc-pwgsc.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.

Opportunity closing date
30 December 2020
Value of contract
to be confirmed

About the buyer

Address
Fisheries and Oceans Canada Canada

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?