Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: Generally only one firm has been invited to bid Attachment: None Non-Competitive Procurement Strategy: Exclusive Rights Comprehensive Land Claim Agreement: No Vendor Name and Address:
Wildlife Acoustics, Inc. 970 Sudbury Road Concord Massachusetts United States 01742 Nature of Requirements:
Ultrasonic Marine Recorder - Winnipeg, Manitoba
F2402-130103/A Glover, Cindy Telephone No. - (780) 497-3860 Fax No. - (780) 497-3510
1. Advance Contract Award Notice
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
The Department of Fisheries and Oceans Canada located in Winnipeg, Manitoba has a requirement for the supply and delivery of two (2) deep water ultrasonic marine recorders and one (1) standard depth ultrasonic marine recorder both with hydrophone option and in accordance with the specifications detailed herein.
The marine recorders will be used by the Department of Fisheries and Oceans marine mammal group operating under the stock assessment section to perform research to study cetacean and pinniped calls and echolocation sounds in the Beaufort Sea. For this type of research, the Department of Fisheries and Oceans must be able to record Ultrasonic sounds of up to 192 kHz for an extended period of time of over a year.
Make and Models Required: Make:
Wildlife Acoustics Model:
Double long deep water aluminimum marine recorder (quantity required: 2) Model:
Ultrasonic Option for SM2M+ Marine Recorder (quantity required: 3) Model:
SM2M+ Marine Recorder (quantity required: 1)
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 equipment meets the following requirements:
3.1 Deep-water Marine Recorder:
1) Recording bandwidth from 2 Hz and up to 192 KHz (Ultrasonic hydrophone)
2) Stereo recording capability (left and right audio channel)
3) Depth capability of 1500 meters (for deep-water unit)
4) Minimum storage capacity of 512 GB (expandable to 1 TB) with low power consumption (flash memory data storage device)
5) Noise-level adjustments for initiating a triggered recording (allow unit to enter a deep sleep, reducing on-board power)
6) Long-term deployment capability, a year or more (unit must accept high capacity Lithium Manganese batteries)
7) High flexibility in bias, gain (0, 12, 24, 36, 48 and 60 dB) and high-pass filter settings (3 Hz, 180 Hz and 1 kHz)
8) Quick on the fly refurbishing for re-deployment
9) Configuration unit on the mother board (i.e. no computer needed to program the device)
10) Unit weight not exceeding 35 Kg (for manual deployment on side of small boat)
3.2 Regular depth Marine Recorder:
1) Recording bandwidth from 2 Hz and up to 192 KHz (Ultrasonic hydrophone)
2) Stereo recording capability (left and right audio channel)
3) Minimum storage capacity of 512 GB (expandable to 1 TB) with low power consumption (flash memory data storage device)
4) Noise-level adjustments for initiating a triggered recording (allow unit to enter a deep sleep, reducing on-board power)
5) Long-term deployment capability, a year or more (unit must accept high capacity Lithium Manganese batteries)
6) High flexibility in bias, gain (0, 12, 24, 36, 48 and 60 dB) and high-pass filter settings (3 Hz, 180 Hz and 1 kHz)
7) Quick on the fly refurbishing for re-deployment
8) Configuration unit on the mother board (i.e. no computer needed to program the device)
4. Applicability of the trade agreement(s) to the procurement
The procurement is subject to the following trade agreements:
w Agreement on Internal Trade (AIT) w North American Free Trade Agreement (NAFTA)
5. Justification for the Pre-Identified Supplier
The Wildlife Acoustics deep-water sound recorder SM2M+ Ultrasonic is the only known device that can:
be deployed at up to 1500 meters depth; has a recording bandwidth of up to 192 kHz; and, a recording technology of 16-bit digital on 2 channels and an expandable high memory capacity.
6. Government Contracts Regulations Exception(s)
The following exception(s) to the Government Contracts Regulations is invoked for this procurement under subsection 6 (d) - only one person 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:
w Agreement on Internal Trade (AIT)
Article 506.12 (b) w North American Free Trade Agreement (NAFTA)
Article 1016 2 (b)
8. Delivery Date
All the deliverables are required on or before March 31, 2014.
9. Cost Estimate of the Proposed Contract
The estimated value of the contract, including option(s), is $35,532.29 (GST/HST extra).
10. Name and Address of the Pre-identified Supplier
Wildlife Acoustics Inc.
970 Sudbury Road
Concord, MA 01742-4939, United States
11. Suppliers' 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. Closing Date for a Submission of a Statement of Capabilities
The closing date and time for accepting statements of capabilities is February 11, 2014 at 2:00 p.m. MST.
13. Inquiries and Submission of Statements of Capabilities
Inquiries and statements of capabilities are to be delivered to:
Cindy Glover
Supply Specialist
Public Works and Government Services Canada
Western Region - Acquisitions Branch
Telus Plaza North 5th Floor
10025 Jasper Avenue
Edmonton, AB
T5J 1S6
Telephone:
(780) 497-3860
Facsimile:
(780) 497-3510
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.