ADVANCE CONTRACT AWARD NOTICE (ACAN)
1. Advance Contract Award Notice (ACAN)
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 to the pre-identified supplier.
2. Title
Engineering Training Services
3. Definition of Requirements
The Department of Fisheries and Oceans Canada (DFO) - Habitat Restoration Team (HRT) – requires specialized training for the design, data collection and modelling, project management, permitting, construction, and maintenance of Engineered Log Jams (ELJs). The goal of this training is to increase capacity for DFO-led ELJ projects across the Pacific Region of Canada.
The Contractor must provide, but not be limited to, the following:
Task 1: Project Management (communications, invoicing, administrative components)
The Contractor must manage all components of the training course delivery, including communications and invoicing.
Task 2: Course Design and Preparation
The Contractor must prepare the training course and course presentations, including all material that will be presented and used during the course delivery. The lecture notes (i.e., MS PowerPoint slides or equivalent) must be delivered to the course participants at the beginning of the course, so they can follow along easily.
Task 3: Course Delivery
The Contractor must deliver the Specialized Training Course between October 2025 and December 2025, with dates to be agreed upon with the Project Authority. All Specialized Training Course materials must be delivered to the course participants within five (5) days of course delivery.
If other potential suppliers submit a statement of capabilities during the 15 calendar days posting period that meet the requirements set out in the ACAN, DFO/CCG will proceed to a full-tendering process on whether the government's electronic tendering service or through traditional means, in order to award the Contract.
If no other supplier submits on or before the closing date, a statement of capabilities meeting the requirements set out in the ACAN, a Contract will be awarded to the pre-selected supplier.
4. Criteria for Assessment of the Statement of Capabilities (minimum essential requirements)
Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:
• PROJECT EXPERIENCE: A minimum of 15 ELJ projects completed in the past ten (10) years. These projects must be for a minimum of five (5) different client organizations. The vendor’s role in the projects must include project components to be covered in the training course (i.e., conceptualization, hydraulic modelling, structural design, project construction, and post-project monitoring/maintenance).
• GEOGRAPHIC EXPERTISE: A minimum 10 years experience designing and implementing ELJ projects in riverine landscapes similar to those in British Columbia and Yukon in terms of channel widths, depths and grain-size distributions. Experience should include both small streams and large systems with channel width up to ~100 m.
• TRAINING EXPERIENCE: A minimum of 3 training courses delivered in the past 20 years of greater than 1 day duration and to a technical audience on a topic related to engineered log jams, river engineering, or salmon habitat restoration in rivers.
• SUBJECT MATTER EXPERTISE: Considered an authority on ELJ installations with at least 3 peer-reviewed publications on the topic and co-authored by staff that will be involved in the preparation and delivery of the training course.
• PROFESSIONAL CERTIFICATION: Team lead(s) must be qualified professional engineers or geoscientists holding valid professional certification in their respective region (e.g., professional engineer).
5. Trade Agreements
This procurement is set aside from the international trade agreements under the provision each has for measures with respect to Indigenous peoples or for set-asides for small and minority businesses.
6. Security Requirements
This contract does not contain any security requirements.
7. Justification for the Pre-Identified Supplier
The pre-identified supplier is the only supplier that we are aware of who offers a product which meets all the Minimum Essential Requirements listed above.
8. Exception to the Government Contracts Regulations
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.”
9. Contract Period
The Contract period will be from award to December 31, 2025 inclusive.
10. Estimated Cost
The estimated value of the Contract is 69,735.62 $ CAD (excluding applicable taxes).
11. Name and Address of the Proposed Contractor
Natural Systems Design
1900 N. Northlake Way, Suite 211
Seattle, WA
98103
USA
12. Suppliers’ right to submit a statement of capabilities
Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a Statement of Capabilities in writing, by e-mail, to the contact person identified in this Notice on or before the closing date and time of this Notice. The Statement of Capabilities must clearly demonstrate how the supplier meets the advertised requirements.
13. Closing Date
The closing date for a submission of a Statement of Capabilities is October 9, 2025 at 2:00 p.m. EDT.
14. Requests for information and submission of statements of capabilities
Request for information and statements of capabilities must be sent before the date and time indicated in Article 13, to:
Contract Authority
Manon Paulin, Senior Contracting Officer
Procurement and Material Management
Fisheries and Oceans Canada
Telephone : 438-468-3247
Email : Manon.Paulin@dfo-mpo.gc.ca