1.0 Title Lower Fraser Area Patrol Services
1.2 Introduction Fisheries and Oceans Canada (DFO) is broadly mandated to understand, protect, and conserve the aquatic resources of Canada. In support of this DFO implements contracts with service providers to conduct fisheries patrol activities in the Lower Fraser Area. Contractors are required to conduct patrols of the fishing areas to assess fishing activity, liaise with fishers and to collect and report data to DFO.
The work is broken into two operational areas for which 2 contracts will be awarded: 1. Fraser River and tributaries downstream of Mission to Sandheads 2. Fraser River and tributaries upstream of Mission to Sawmill Creek.
The Contractor is required to have resources which will include a minimum of 2 vessels and 2 skippers for each operational area.
1.3 Contract Period June 1, 2015 through to April 30, 2016, with options to renew for 3 additional 1 year periods at the sole discretion of Fisheries at be used by potential bidders as a substitute for a review of the attached RFSA/RFSO in its entirety:
i. Paper bids will no longer be required or received by Canada (for further details, please see Component I of the RFSA/RFSO).
ii. In the case of a Joint Venture, all members must now meet the Three Years in Business Minimum Requirement (for further details, please see Attachment A to Component I of the RFSA/RFSO).
iii. Detailed project summaries will no longer be required of New Bidders.
Project-based substantiation is being replaced with a reference check process (for further details, please see Attachment A to Component I of the RFSA/RFSO).
iv. The combination of project minimums and project contract values required in previous solicitations has been replaced with a Confirmation of Business Volume (for further details, please see Attachment A to Component I of the RFSA/RFSO).
v. Detailed bidding instructions for the Data Collection Component (DCC) of the Centralized Professional Services System (CPSS) ePortal have been provided (for further details, please see Attachment C to Component I of the RFSA/RFSO).
vi. Additional Resulting Contract Clauses have been identified in the case of the Learning Services Supply Arrangement (for further details, please see Part C of Component I of the RFSA/RFSO).
5. Nature of Responses Requested
Respondents are requested to provide their comments, concerns and, where applicable, alternative recommendations regarding how the requirements or objectives described in this RFI could be satisfied. Respondents are also invited to provide comments regarding the content, format and/or organization of any draft documents included in this RFI. Respondents shouldexplain any assumptions they make in their responses.
6. Response Costs
Canada will not reimburse any respondent for expenses incurred in responding to this RFI.
7. Duration of the Request For Information
Respondents should provide their responses to the information contained in this RFI before the closing date and time indicated on page 1 of this RFI.
8. Treatment of Responses
(a) Use of Responses: Responses will not be formally evaluated. However, Canada may use responses to develop or modify procurement strategies or any draft documents contained in this RFI. Canada will review all responses received by the RFI closing date and time. Canada may, in its discretion, review responses received after the RFI closing date and time.
(b) Review Team: A review team composed of representatives of PWGSC will review the responses. Canada reserves the right to hire any independent consultant, or use any Government resources that it considers necessary to review any response. Not all members of the review team will necessarily review all responses.
(c) Confidentiality: Respondents should mark any portions of their response that they consider proprietary or confidential. Canada will handle the responses in accordance with the Access toInformation Act
(d) Follow-up Activity: Canada may, in its discretion, contact any respondents to follow up with additional questions or for clarification of any aspect of a response.
9. Submission and Format of Responses
Responses should:
be submitted electronically in PDF via email to the Learning Services Team at the following email address: TPSGC.OCAMAServicesApprentissage-SOSALearningServices.PWGSC@tpsgc-pwgsc.gc.ca a) be submitted on or before 2:00 pm, January 16, 2017;
b) includethe respondents company name, email, and the name of the primary point of contact; and c) indicate this RFI number in the subject line.
Respondents are solely responsible for the delivery of their responses in the manner and time prescribed.
Responses received after the above time and date may not be considered.
10. Enquiries Because this is not a bid solicitation, Canada will not necessarily respond to enquiries in writing or by circulating answers to all potential bidders. However, respondents with questions regarding this RFI may direct their enquiries in writing to:
Contracting Authority:
France Brady E-mnd Oceans Canada.
Option periods if exercised will be May 1, 2016 through to April 30, 2017 and May 1, 2017 through to April 30, 2018 and May 1, 2018 through to April 30, 2019.
For the purposes of this contract, DFO has identified a range of expected patrol days for the 2015 season. Note that this is merely an estimate of the expected work and the number of actual days will depend on fishing patterns and funding available to deliver the project.
1.4 Schedule and Estimated Level of Effort (Work Breakdown Structure)
The Contractor is required to have resources which will include a minimum of 2 vessels and 2 skippers capable of performing this requirement for each operational area.
If the primary vessel is not available the secondary vessel will be used.
The estimated level of potential patrol days for each of the operational areas will be 25-42 days. Given recent fishing patterns, this work will likely be distributed as follows:
Month Patrol days May 2 June 2 July 3-5 August 10-22 September 1-2 October 4-10 November 3-6 Total :
25-42 Note:
The majority of the patrol days often will occur on weekends due to the nature of the fisheries being monitored but will be determined by the project authority.
1.5 Objectives of the Requirement
The contractor will be required to complete patrols of the operational area by vessel.
A number of fisheries related activities will be required such as: collecting data on fisheries catch and effort, disseminating information from DFO on key programs and policies, developing relationships with members of the public encountered while on patrol, transporting and assisting DFO sampling teams and reporting back to DFO on patrol activities in the form of activity reports and catch and effort datasheets.
These activities support effective management of the fisheries in the area.
1.6 Background, Assumptions and Specific Scope of the Requirement
As identified above, there is a need for the collection of fisheries information by a contractor to support the accurate assessment of catch and effort arising from recreational, commercial and First Nations food, social and ceremonial fisheries in the Lower Fraser Area.
The work to be undertaken focuses on salmon fisheries in-river and, as such, will require the contractor to be available to conduct patrols during the peak seasons for these fisheries; typically from May through November. Further to this requirement, due to the nature of the fisheries being monitored, patrols are typically focused on weekends with one or two patrols required per weekend during August and October and one or two patrols required every two weekends during May, June, July and November.
This work occurs in river sections where access to a jet boat will be a benefit to the contractor and, but for the Fraser River and tributaries upstream on Mission to the Hope area, a jet boat will be required. Contractors will be expected to have significant knowledge of the river sections in question to ensure safe operation during patrols.
On occasion (0-5 times per year) there will be a requirement for DFO employees to participate in patrols with the Contractor.
Any participation will be coordinated by the project authority and will be discussed and planned in concert with the Contractor.