Ice Breaking Chaleur Bay, Amphibious Craft

Solicitation number 30001675

Publication date

Closing date and time 2022/03/18 15:00 EDT


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP)

    For

     SERVICES

    GSIN: V101AA Vessel Charter

    Reference Number:

    30001675

    Solicitation Number:

     30001675

    Organization Name:

    Department of Fisheries and Oceans Canada – Canadian Coast Guard 

    Solicitation Date:

    2022-03-08

    Closing Date:

    2022-03-18 2:00 PM Eastern Standard Time (EST)

    Anticipated Start Date:

    2022-03-18

    Estimated Delivery Date:

    2022-04-30

    Estimated Level of Effort: 

    46 days.

    Contract Duration:

    The contract period will be from the date of contract until April 30, 2022 with an irrevocable option to extend it for up to three (4) additional contract of the same contract period.

    Solicitation Method:

    Competitive

    Applicable Trade Agreements:

    CFTA

    Comprehensive Land Claim Agreement Applies:

    No

    Number of Contracts:

    1

    Requirement Details

    Tendering Procedure: Open Tendering

    Description of Work:

    1. OBJECTIVE

      The Canadian Coast Guard (CCG) in the Atlantic Region has a requirement for an amphibious type craft capable of carrying out icebreaking/ice management services safely alongside wharves, bridges and where water meets landfall in areas within Chaleur Bay (areas defined in attached chart lets). Particularly in areas of extremely shallow to no draft where traditional vessels cannot operate.

      The contracted craft must be available during the period noted within the contract and must be able to deploy with 24-hour notice as requested by the Canadian Coast Guard. A standby rate will be paid for the standby period identified under the contract (defined upon contract award) in order to secure the services required. Additional incremental costs in the contract will be applied once icebreaking services are required. The contractor should provide both a stand by rate of pay and an operational rate of pay accordingly.

      If the Canadian Coast Guard determines that ice breaking services will not be required due to environmental conditions, the Contractor will be advised as soon as possible that the contract will be cancelled.

      Requirements

      To deliver the required icebreaking services, CCG requires a minimum of one amphibious craft capable of;

      a) Icebreaking continuously in a level ice thickness of 30 Centimeters (First Year Ice);

      b) Freeing ice from alongside wharves, bridges and other fixed objects to allow the ice to flush out with the tide.

      c) Capable of amphibious manoeuvres, that is capable of working from land and on the water;

      d) Available to work in the area of Caraquet and Shippagan within the time frame as indicated above and when ice conditions allow work to commence.

      The contractor must have a minimum of 5 years experience in icebreaking/ice management and provide proof of past experience with specific examples. Operators should also have a minimum of three years experience in similar operations. Specific examples of this experience should be included in the submission.

      2.0 BACKGROUND

      The CCG is a Special Operating Agency within Fisheries and Oceans Canada. It owns and operates a fleet of vessels designed to perform various types of missions. CCG’s responsibilities include providing: maritime safety; protection of marine and freshwater environments; facilitating maritime commerce and sustainable development; support of marine science; aids to navigation; marine communications and traffic management services; icebreaking and ice-management services; channel maintenance; marine search and rescue; and support of other government departments, boards and agencies by providing ships, aircraft and other services. CCG must be prepared to respond in a timely and efficient manner. It must therefore have a response management plan to quickly address situations during which CCG resources are not available or insufficient for the required task. CCG must therefore, in extreme circumstances, request the assistance of industry to assist in providing key maritime services to Canadians in a timely fashion.

    1.  DOCUMENTS AND REFERENCES
      1. The Contractor is subject to, but not limited to, adherence to the following regulations as applicable to their type of craft and operation:

        a) Collision Regulations (C.R.C., c. 1416);

        b) Marine Personnel Regulations (SOR/2007-115);

        c) Natural and Man-made Harbour Navigation and Use Regulations (SOR/2005-73);

        d) Hull Construction Regulations (C.R.C., c.1431);

        e) Tackle Regulations (C.R.C., c. 1494);

        f) Small Vessel Regulations (SOR/2010-91);

        g) Construction Standards for Small Vessels TP 1332 E;

        h) Navigation Safety Regulations (SOR/2005-134);

        i) Maritime Occupational Health and Safety Regulations (SOR/2010-120);

        (Regulations that pertain to amphibious crafts will be updated once applicability is determined)

      2. Contractors are required to keep themselves up to date with CCG work procedures and practices for the services concerned, by reading and familiarizing themselves with the following documents and guides that will be provided:
    1. CCG Icebreaking Operations, Directive – 1. Provision of Icebreaking Services;
    2. CCG Ice Navigation in Canadian Waters.
      1. Should a replacement vessel be required, the Contractor must provide a vessel(s) with the same or better capability. The Contractor must provide the certificates requested in section 3.1 and the vessel(s) must be approved by Canada prior to being put into service. If the bidder is considering the availability of a backup vessel(s), the bidder should provide this information with the initial bid.
    1.  RESPONSE AREAS
      1. Primary Area - the Acadian Peninsula and Chaleur Bay. In and around wharves and harbours as close as safely possible. Particular attention to Shippegan Harbour and Caraquet. Reference Canadian Hydrographic Services charts:
        1. 4486 Chaleur Bay;
        2. 4913 Caraquet Harbour, Baie de Shippegan, and Miscou Harbour;
        3. 4920 Plans Baie des Chaleurs/Chaleur Bay – Cote Sud/South Shore

          (Charts as illustrated in Annex A SOW)

    1.  LEVELS OF SERVICE

      The Level of Service refers to the Contractor’s capacity to provide the response services requested below within the period of March 15 to April 30, 2022 in moderate weather (Beaufort Sea 4) or ice conditions (8/10ths ice coverage or lower). Canada reserves the right to accept a longer response time in the case of more difficult weather (Beaufort 4 or higher) or ice conditions (10/10ths ice coverage or higher).

      5.1 Response time:

      The Contractor will be on standby 24/7 during the contract period and will have its craft on scene within 24 hours. In adverse weather conditions, the response time must be based on the craft’s capacity in consultation with CCG. If the Contractor is unable to comply (i.e. weather/ice conditions) with the established times, it shall notify Ice Operations St. John’s and provide information on the time when it can provide the service.

      1. Availability and Readiness:

        The Contractor must be available for deployment at any time (24 hrs a day, 7 days a week) by providing telephone and email means of communications information.

        The Contractor must be able to be mobilized to a sufficient level to respond within the response times defined in Section 5.1. 

    1.  CCG OPERATIONAL REQUIREMENTS

      Based on the Canadian Coast Guard’s experience in ice operations within the geographical area and the uncertainty of ice severity and weather conditions, CCG will issue Task Authorizations to the most suitable craft(s) based on the geographical restraints and environmental restraints imposed on the craft(s).

    Security Requirement: No security requirements 

    Minimum Corporate Security Required: N/A

    Minimum Resource Security Required: N/A

    Contract Authority

    Name: Larry MacDonald

    Phone Number: 613-407-7858

    Email Address: DFOtenders-soumissionsMPO@dfo-mpo.gc.ca

    Inquiries

    Inquiries regarding this RFP requirement must be submitted to the Contracting Authority named above. Request for Proposal (RFP) documents will be e-mailed directly from the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “BUYANDSELL.GC.CA” IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Contracting authority
    MacDonald, Larry
    Phone
    613-407-7858
    Email
    larry.macdonald@dfo-mpo.gc.ca
    Address
    200 Kent Street
    Ottawa, ON, K1V 6N9
    CA

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    New Brunswick
    Region of opportunity
    Canada
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: