Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK Tendering Procedures: Generally only one firm has been invited to bid Non-Competitive Procurement Strategy: Goods Purchased on a Commodity Market Comprehensive Land Claim Agreement: No Vendor Name and Address:
SEAHORSE GEOMATICS, INCORPORATED 2923 NE Broadway Street Suite A Portland Oregon United States 97232 Nature of Requirements:
Nature of Requirements:
Title: Norbit Winghead B51S Multi-beam Echosounder with Rotator Solicitation Number: 5P047-210376/A
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 to the pre-identified supplier.
2. Definition of the Requirement
Since 2015, Park’s Canada’s Underwater Archaeology Team (UAT) has increasingly relied on multi-beam echosounder (MBES) technology to undertake both detailed site inspections as well as expansive area surveys of submerged cultural heritage resources across Canada. In terms of site inspections, the acquired data is typically utilized in the development of very high resolution three-dimensional digital site plans showing complex structures such as shipwrecks in their bathymetric context, including patterns of sediment deposition and scouring, while permitting change detection over time through recurrent scans. Increasingly, the UAT has also been engaged in bathymetric seafloor mapping in support of Parks Canada ecosystem conservation efforts. In this respect there is a growing Departmental interest in the use of water column imaging, for visualization and delineation of kelp forests (for e.g.) and generally determining ecosystem biomass, as well as analyzing acoustic back scatter for purposes of quantitative habitat mapping.
The present procurement addresses the UAT’s operational requirement for a second multi-beam echosounder system to complement and significantly augment its existing capacity (represented by a MBES procured in 2015 that is permanently hull-mounted in the 29 m Parks Canada research vessel David Thompson). The new system will be deployed in a very different and more variable manner than the first system, specifically: o
from small open boats such as zodiacs and rigid hull inflatable boats (RHIBs), but also from other vessels of opportunity; o
on the UAT’s Saab Seaeye Falcon Remotely Operated Vehicle (ROV); and o
in a static diver-deployed tripod configuration, with a radial actuator.
Deploying the equipment variously by boat, ROV, and dive team represents an unusually demanding requirement for a single multi-beam echosounder system, but reflects the exceptional complexity and diversity of the UAT’s field operations nationwide, the broad applicability of multi-beam data acquisition to the overall practice of underwater archaeology, and the growing range of deployment platforms available to the UAT.
The new MBES will be deployed by UAT throughout Canada, in freshwater and marine environments, including deployments below Arctic winter sea ice. When vessel deployed, the equipment will be used for seafloor mapping/site imaging in Near Coastal waters in depths ranging from 2 m to 400 m. When ROV deployed, the equipment will be used for seafloor mapping/site imaging in depths down to 300 m. When diver deployed, the equipment will be used for near-field site imaging in depths down to 50 m. In this configuration, the MBES will often be deployed on, in, and around submerged archaeological structures, including within the enclosed interior compartments of relatively intact shipwrecks.
These three distinct deployment methods dictate a number of essential mechanical design requirements, to go along with the essential acoustic performance parameters, collectively outlined below.
3.
Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements)
- Any interested supplier must demonstrate by way of a statement of capabilities that its product meets the following requirements:
o All sonar processing MUST occur in the sonar head, accessed via ethernet, without resort to a topside processor;
o The maximum weight of the sonar head including manufacturer’s supplied mounting bracket MUST NOT exceed 5 kg in water;
o The sonar head MUST operate on 24 VDC power supply. Maximum power draw of the sonar head MUST NOT exceed 95 W;
o The sonar head MUST be depth rated to 300 m of sea water;
o The sonar head MUST be equipped with an integrated sound velocity probe, supplying serial communication and power directly from the head;
o The sonar head MUST be operable in sea water temperatures down to -2 C;
o To enable static tri-pod deployment by divers, the system MUST be supplied with a DC powered subsea electric rotator, depth rated to at least 50 m of sea water, with sonar head mounting bracket, allowing 360 degree scans, with at least +/- 90 degree acoustic field-of-view relative to the horizontal;
o A 50 m power and ethernet sonar cable and 50 m rotator power/control cable MUST be supplied with the system, in addition to a 12-24 VDC/120 VAC surface power supply and interface box -- this in addition to the basic system cabling required for vessel deployment;
o For vessel and static tri-pod deployments by divers, the system MUST be provided with a top-side sonar interface unit, powered selectively by 12-24 VDC/120 VAC, in order to provide 24 VDC power, PPS time synchronization, and ethernet connectivity to the sonar head;
o The system MUST offer user selectable Continuous Wave (CW) AND Frequency Modulated (FM) transmission modes at all frequencies;
o The system MUST generate 1024 discreet acoustic receive beams per ping, with user selectable equiangular (EA), equidistant (ED), and ultra-high density (UHD) receive beam formation modes;
o The aggregate sonar swath MUST cover at least a 180-degree arc, with narrower sector selection being tilt steerable;
o The system MUST provide a selectable transmission frequency range from 200 kHz to 700 kHz or wider;
o The system MUST offer individual acoustic beam footprints of 0.5 by 0.9 degrees (or narrower) at 400 kHz, and 0.3 by 0.5 degrees (or narrower) at 700 kHz;
o The system MUST offer adaptive ping rates of up to 60 Hz;
o The system MUST allow BOTH active pitch AND roll stabilization (each +/- 10 degree at a minimum);
o The system MUST provide a +/- 10 degree (minimum) along-track beam-steered dynamic scanning mode (selectable in place of active pitch stabilization) representing a minimum of 20 steps of 1 degree each;
o The system MUST provide water column data processing, multi-detection of sea bottom and overlying structure, and beam-formed snippets processing for backscatter analysis; and
o The system and its generated data formats MUST be fully compatible with QPS QINSy data acquisition software. Decoding of the incremental stepping of the rotator, as configured for static tri-pod deployment by divers, MUST likewise be compatible with QPS QINSy data acquisition software, such that positional ambiguities are prevented, allowing QINSy to accurately grid the radial MBES scan data in real time.
4.
Applicability of the trade agreement(s) to the procurement
This procurement is subject to the following trade agreement(s):
a) Canadian Free Trade Agreement (CFTA); b) Canada-Korea Free Trade Agreement; c) Canada-Chile Free Trade Agreement (CCFTA); d) Canada-Colombia Free Trade Agreement; e) Canada-Honduras Free Trade Agreement; f) Canada-Panama Free Trade Agreement; g) Canada-Peru Free Trade Agreement (CPFTA); h) Canada-Ukraine Free Trade Agreement; i) Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA); j) Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP); k) Canada-European Union Comprehensive Economic and Trade Agreement (CETA); and l) World Trade Organization-Agreement on Government Procurement (WTO-GPA).
5.
Justification for the Pre-Identified Supplier
The only known supplier meeting the specifications required is Seahorse Geomatics Inc. (North American exclusive distributor of Norbit Subsea products).
For this reason it is proposed to negotiate directly with them for this requirement.
6.
Government Contracts Regulations Exception(s)
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 invoked under the section of the trade agreements specified:
o Canadian Free Trade Agreement (CFTA) - Article(s) 513, b, iii o Revised World Trade Organization - Agreement on Government Procurement (WTO-AGP) - Article(s) XIII, 1.b o Canada-European Union Comprehensive Economic and Trade Agreement (CETA) - Article(s) 19.12, 1.b o Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) - Article(s) 15.10, 2.b, iii o Canada-Chile Free Trade Agreement (CCFTA) - Article(s) Kbis-09, 1.b o Canada-Colombia Free Trade Agreement - Article(s) 1409, 1.b
o Canada-Honduras Free Trade Agreement - Article(s) 17.11, 2.b
o Canada-Korea Free Trade Agreement - Article(s) 14.3 o Canada-Panama Free Trade Agreement - Article(s) 16.10, 1.b o Canada-Peru Free Trade Agreement (CPFTA) - Article(s) 1409, 1.b o Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA) - Article(s) 19.12, 1.b o Canada-Ukraine Free Trade Agreement (CUFTA) - Article(s) 10.13, 1.b
8.
Period of the proposed contract
The system must be delivered on or before March 31st, 2022.
9. Cost Estimate of Proposed Contract
The estimated value of the contract is $282,100.00 USD plus applicable duties and taxes.
9.
Name and address of the pre-identified supplier
Name: Seahorse Geomatics Inc.
Address: 1631 NE Broadway St., #123. Portland, OR 97232, USA
10. Suppliers' right to submit a statement of capabilities
Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN 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.
11.
Closing date for a submission of a statement of capabilities
The closing date and time for accepting statements of capabilities is 17 February 2022 at 2:00 p.m. EDT.
12.
Inquiries and submission of statements of capabilities
Inquiries and statements of capabilities are to be directed to:
Jason Amyot Supply Team Leader Telephone: (343) 542-3775 E-mail: Jason.Amyot@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.
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.