Instruments & Laboratory Equipment

Solicitation number F2905-170033/A

Publication date

Closing date and time 2017/11/09 14:00 EST


    Description
    Trade Agreement: NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Interchangeable Parts
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Hoskin Scientific Limited
    4210 MORRIS DRIVE
    BURLINGTON Ontario
    Canada
    L7L5L6
    Nature of Requirements: 
    
    Instruments & Laboratory Equipment
    
    F2905-170033/A
    Leslie, Sandra
    Telephone No. - (905) 615-2069 
    
    
    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.Definition of the requirement 
    
    The Department of Fisheries and Oceans (DFO), Ontario has a requirement for the supply of one (1) acoustic Doppler profiler/discharge measurement system and associated parts.  The acoustic Doppler profiler/discharge measurement system must provide real-time display of current profiles, water depth and computed discharge measurements.
      
    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:
     
    Mandatory Operational Requirements
    
    a)The acoustic Doppler profiler/discharge measurement system must provide real-time display of current profiles, water depth and computed discharge measurements.
      
    b)The instrument must be capable of measuring depths between 0.20 and 80 m, with 1% accuracy and 0.001 m resolution (or better).
     
    c)The instrument must be capable of measuring velocity with 0.25% accuracy and 0.001 m/s resolution (or better).
    
    d)The instrument must have at minimum a 25 degree slant angle.
      
    e)Velocity and depth processing software must be supplied.  Discharge computations should be processed internally. 
    
    4.Applicability of the trade agreement(s) to the procurement 
    
    This procurement is subject to the following trade agreement(s) 
    - Canadian Free Trade Agreement (CFTA) OR Agreement on Internal Trade (AIT)
    - North American Free Trade Agreement (NAFTA)
    
    5.Justification for the Pre-Identified Supplier
     
    Hoskin Scientific Limited to our knowledge is the only reseller meeting all the specifications required in the section 3.  
    
    The SonTek RiverSurveyor models are currently utilized by DFO and Hoskin Scientific Limited are the only reseller of its products in Canada.DFO, currently owns several SonTek RiverSureyor M9 supplied by Hoskin Scientific Limited.  These equipment have been used successfully to conduct habitat surveys for species-at-risk.    The purchase of additional SonTek River Surveyor M9 will ensure that comparison of the past and future datasets of the shallow margins of historical surveys is possible.
    
    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 is capable of performing the work.
    
    7.Exclusions and/or Limited Tendering Reasons 
    
    The following exclusion(s) and/or limited tendering reasons are invoked under the;
     
    CFTA Article: 513 -1 (c) for additional deliveries by the original supplier of goods or services that were not included in the initial procurement, if a change of supplier for such additional goods or services: 
    
    i. cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, software, services, or installations procured under the initial procurement; and
    
    ii. would cause significant inconvenience or substantial duplication of costs for the procuring entity.
    
    NAFTA: Article 1016: 2.d - for additional deliveries by the original supplier that are intended either as replacement parts or continuing services for existing supplies, services or installations, or as the extension of existing supplies, services or installations, where a change of supplier would compel the entity to procure equipment or services not meeting requirements of interchangeability with already existing equipment or services, including software to the extent that the initial procurement of the software was covered by this Chapter.
    
    8.Period of the proposed contract 
    
    The equipment must be delivered before November 30,2017.
    
    9.Cost estimate of the proposed contract 
    
    The estimated value of the contract, including option(s), is $68,082.00 (HST extra). 
    
    10.Name and address of the pre-identified supplier 
    
    Name:     Hoskin Scientific Limited
    Address:  4210 Morris Dr.
              Burlington,Ontario L7L 5L6
    
    11.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.
    
    12.Closing date for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of capabilities is November 9, 2017 at 14:00 hrs. EST.
    
    13.Inquiries and submission of statements of capabilities  
    
    Inquiries and statements of capabilities are to be directed to: 
    
    Name: Sandra Leslie
    Title: Procurement Specialist
    Public Works and Government Services Canada
    33 City Centre Drive, Suite 480C
    Mississauga, ON. L5B 2N5
     
    Telephone: 905-615-2069 
    E-mail address: sandra.leslie2@pwgsc-tpsgc.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.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Additional Deliveries
    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Leslie, Sandra
    Phone
    (905) 615-2069 ( )
    Email
    sandra.leslie2@pwgsc-tpsgc.gc.ca
    Fax
    () -
    Address
    Ontario Region
    33 City Centre Drive
    Suite 480
    Mississauga, Ontario, L5B 2N5

    Buying organization(s)

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

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Procurement method
    Non-Competitive