Trawling Vessel Charter

Solicitation number F1693-170033/A

Publication date

Closing date and time 2018/03/07 17:00 EST


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Government Objectives Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Jim Pattison Enterprises Ltd.
    Foot of Gore Avenue
    Vancouver British Columbia
    Canada
    V6A2Y7
    Nature of Requirements: 
    
    Trawling Vessel Charter
    
    **************************************
    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
    **************************************
    
    A Contractor is needed to provide Fisheries and Oceans Canada (DFO) with three trawling vessels (hereafter referred to as “Survey Vessel A”, “Survey Vessel B”, and “Survey Vessel C”) and accompanying crews to conduct marine fish and invertebrate research surveys in coastal waters off the west coast of British Columbia.  The surveys will support fisheries research into the abundance, distribution, condition, and demographics of marine fish and invertebrates.  Many of the surveys support long term time series that require following established fishing protocols during specific time periods.  In addition to fishing, acoustic and oceanographic information will be collected on most of the surveys including vertical CTD profiles and plankton tows.
    Some surveys have complex requirements and need a large vessel to complete the program while other surveys can be conducted by a smaller vessel (hereafter referred to as “Large” and “Small”).   
    
    All survey operations will begin and end in either Nanaimo, B.C. or Campbell River, B.C. at the discretion of DFO.  Survey operations will be directed by DFO staff on board the Survey Vessel and may occur in US territorial waters (Washington and Alaska).  
    The charter vessels are required for surveys from April 1, 2018 to March 31, 2019 with an option to extend the contract from April 1, 2019 to March 31, 2020.  The surveys in the second year will be similar in scope to those in the first year.  DFO will exercise its option for a second year by January 15, 2018 including the number of surveys, locations, days required and dates.  
    The survey schedule is provided below.  The duration of each survey is indicated as well as the earliest acceptable start and end dates.  Note that for most surveys, the acceptable date ranges span a longer time period than the duration so as to provide some scheduling flexibility to the vessels as well as opportunity to schedule vessel maintenance.   The actual start and end dates of each survey will be determined during pre-survey meetings. 
    
    **************************************
    2.1 Vessel A Survey Details
    **************************************
    
    Survey number: 1
    
    Name: West Coast Vancouver Island Multispecies Small-mesh Bottom Trawl Survey
    Short Name: Small-mesh Bottom Trawl
    
    Duration: 16 days
    
    Time window: May 1 to May 20, 2018
    
    Location: Southwest coast of Vancouver Island, Barkley Sound
    
    Anticipated loading at start of survey: PBS Nanaimo, full day alongside
    
    Expected Crew Change: location TBD, midway
    
    Anticipated unloading at end of survey: PBS Nanaimo, full day alongside
    
    Operational Profile: sunrise to sunset
    
    Survey Trawl: American 61 shrimp trawl
    
    Depth Range: 50 to 300 meters
    
    Trawl Speed: 2.0-2.5 knots
    
    Door supplied by: DFO
    
    Net mensuration: doorspread, headline depth, headline height above bottom
    
    **************************************
    
    Survey number: 2
    
    Name: West Coast Vancouver Island Synoptic Bottom Trawl Survey
    
    Short Name: Synoptic Bottom Trawl
    
    Duration: 28 days
    
    Time window: May 17 to June 24, 2018
    
    Location: West Coast of Vancouver Island
    
    Anticipated loading at start of survey: PBS Nanaimo, full day alongside
    
    Expected Crew Change: location TBD, midway
    
    Anticipated unloading at end of survey: PBS Nanaimo,  full day alongside
    
    Operational Profile: sunrise to sunset
    
    Survey Trawl: Atlantic Western IIA bottom trawl
    
    Depth Range: 50 to 500 meters
    
    Trawl Speed: 2.8-3.0 knots
    
    Door supplied by: vessel (Thyboron Type 2 107 or equivalent as approved by DFO)
    
    Net mensuration: doorspread, headline depth, headline height above bottom
    
    **************************************
    
    Survey number: 3
    
    Name: Pelagic Integrated Ecosystem Science Survey
    
    Short Name: Integrated Pelagics
    
    Duration: 25 days
    
    Time window: July 5 to 29, 2018
    
    Location: Southern Queen Charlotte Sound and West Coast Vancouver Island
    
    Anticipated loading at start of survey: PBS Nanaimo, full day alongside
    
    Expected Crew Change: location TBD (likely Ucluelet), midway
    
    Anticipated unloading at end of survey: PBS Nanaimo, full day alongside
    
    Operational Profile: Approximately 1600 to 0400
    
    Survey Trawl: Cantrawl Model 250 mid-water trawl and LFS 7742 mid-water trawl
    
    Depth Range: surface to 100 meters
    
    Trawl Speed: 5.0 knots
    
    Door supplied by: DFO or vessel (USA Jet P, Thyboron Type 15 or equivalent as approved by DFO.)
    
    Net mensuration: doorspread, headline depth, wing spread, footrope depth
    
    **************************************
    
    Survey number: 4
    
    Name: Combined Summer Killer Whale Prey and Pacific Hake Acoustic-Trawl Surveys
    
    Short Name: Summer Killer Whale/ Pacific Hake
    
    Duration: 33 days
    
    Time window: July 30 to August 31, 2018
    
    Location: British Columbia Coast, Washington Coast, Southeast Alaska
    
    Anticipated loading at start of survey: PBS Nanaimo, full day alongside
    
    Expected Crew Change: location TBD, midway
    
    Anticipated unloading at end of survey: PBS Nanaimo,  full day alongside
    
    Operational Profile: sunrise to sunset
    
    Survey Trawl: Cantrawl Model 250 mid-water trawl
    
    Depth Range: up to 500 meters
    
    Trawl Speed: 2.5-3.0 knots
    
    Door supplied by: DFO or vessel (USA Jet P, Thyboron Type 15 or equivalent suitably sized to the vessel and approved by DFO.)
    
    Net mensuration: doorspread, headline depth, trawl sounder- must be able to identify acoustic targets as they enter the net
    
    **************************************
    
    Survey number: 5
    
    Name: Combined Winter Killer Whale Prey and Pacific Hake Acoustic-Trawl Surveys
    
    Short Name: Winter Killer Whale/ Pacific Hake
    
    Duration: 28 days
    
    Time window: March 1 and 30, 2019
    
    Location: Gulf Islands, Juan de Fuca, Swiftsure Bank, Strait of Georgia
    
    Anticipated loading at start of survey: PBS Nanaimo, full day alongside
    
    Expected Crew Change: location TBD, midway
    
    Anticipated unloading at end of survey: PBS Nanaimo,  full day alongside
    
    Operational Profile: sunrise to sunset
    
    Survey Trawl: Cantrawl Model 250 mid-water trawl
    
    Depth Range: up to 500 meters
    
    Trawl Speed: 2.5-3.0 knots
    
    Door supplied by: DFO or vessel (USA Jet P, Thyboron Type 15 or equivalent suitably sized to the vessel and approved by DFO.)
    
    Net mensuration: doorspread, headline depth, trawl sounder- must be able to identify acoustic targets as they enter the net
    
    **************************************
    2.2 Vessel B Survey Details
    **************************************
    
    Survey number: 6
    
    Name: International Year of the Salmon Survey
    
    Short Name: Year of the Salmon
    
    Duration: 28 days
    
    Time window: March 1 to 31, 2019, *** Survey is subject confirmation which will be provided by September 1, 2018.
    
    Location: BC Coast, offshore to 135° West from 47° to 55° North
    
    Anticipated loading at start of survey: PBS Nanaimo, full day alongside
    
    Expected Crew Change: location TBD, midway
    
    Anticipated unloading at end of survey: PBS Nanaimo,  full day alongside
    
    Operational Profile: sunrise to sunset
    
    Survey Trawl: LFS 7742 (or Model 450) mid-water trawl 
    
    Depth Range: surface to 100 meters
    
    Trawl Speed: 5.0 knots
    
    Door supplied by: DFO or vessel (USA Jet P, Thyboron Type 15 or equivalent.  Doors must be appropriately sized to the vessel and be approved by DFO.)
    
    Net mensuration: doorspread, headline depth, wing spread, footrope depth
    
    **************************************
    2.3 Vessel C Survey Details
    **************************************
    
    Survey: 7
    
    Name: Summer Southern Queen Charlotte Sound and Johnstone Strait Juvenile Salmon Survey
    
    Short Name: Summer Juvenile Salmon
    
    Duration: 7 days 
    
    Time window: June 9 to 16, 2018
    
    Location: Southern Queen Charlotte Sound and Johnstone Strait
    
    Anticipated loading at start of survey: PBS Nanaimo, full day alongside
    
    Expected Crew Change: none planned
    
    Anticipated unloading at end of survey: PBS Nanaimo OR Campbell River, half day alongside
    
    Operational Profile: sunrise to sunset
    
    Survey Trawl: LFS 7742 mid-water trawl
    
    Depth Range: surface to 100 meters
    
    Trawl Speed: 5.0 knots 
    
    Door supplied by: DFO or vessel (USA Jet P, Thyboron Type 15 or equivalent.  Doors must be appropriately sized to the vessel and be approved by DFO.)
    
    Net mensuration: doorspread, headline depth, wing spread, footrope depth
    
    **************************************
    
    Survey: 8
    
    Name: Summer Strait of Georgia Salmon Survey
    
    Short Name: Summer Strait of Georgia Salmon
    
    Duration: 18 days
    
    Time window: June 17 to July 4, 2018
    
    Location: Strait of Georgia, Johnstone Strait, Juan de Fuca Strait, Puget Sound
    
    Anticipated loading at start of survey: PBS Nanaimo OR Campbell River, half day alongside
    
    Expected Crew Change: Multiple changes by tender during survey.  All exchanges will occur in evenings.
    
    Anticipated unloading at end of survey: PBS Nanaimo, full day alongside
    
    Operational Profile: sunrise to sunset
    
    Survey Trawl: Cantrawl Model 250 mid-water trawl and LFS 7742 mid-water trawl
    
    Depth Range: surface to 150 meters
    
    Trawl Speed: 5.0 knots
    
    Door supplied by: DFO or vessel (USA Jet P, Thyboron Type 15 or equivalent.  Doors must be appropriately sized to the vessel and be approved by DFO.)
    
    Net mensuration: doorspread, headline depth, wing spread, footrope depth
    
    **************************************
    
    Survey: 9
    
    Name: Fall Strait of Georgia Salmon Survey
    
    Short Name: Fall Strait of Georgia Salmon
    
    Duration: 18 days 
    
    Time window: September 10 to 29, 2018
    
    Location: Strait of Georgia, Johnstone Strait, Juan de Fuca Strait, Puget Sound
    
    Anticipated loading at start of survey: PBS Nanaimo, full day alongside
    
    Expected Crew Change: Multiple changes by tender during survey.  All exchanges will occur in evenings.
    
    Anticipated unloading at end of survey: PBS Nanaimo OR Campbell River, half day alongside
    
    Operational Profile: sunrise to sunset
    
    Survey Trawl: Cantrawl Model 250 mid-water trawl and LFS 7742 mid-water trawl
    
    Depth Range: surface to 150 meters
    
    Trawl Speed: 5.0 knots
    
    Door supplied by: DFO or vessel (USA Jet P, Thyboron Type 15 or equivalent.  Doors must be appropriately sized to the vessel and be approved by DFO.)
    
    Net mensuration: doorspread, headline depth, wing spread, footrope depth
    
    **************************************
    
    Survey: 10
    
    Name: Fall Southern Queen Charlotte Sound and Johnstone Strait Juvenile Salmon Survey
    
    Short Name: Fall Juvenile Salmon
    
    Duration: 7 days
    
    Time window: September 30 to October 7, 2018
    
    Location: Southern Queen Charlotte Sound and Johnstone Strait
    
    Anticipated loading at start of survey: PBS Nanaimo OR Campbell River, half day alongside
    
    Expected Crew Change: none planned
    
    Anticipated unloading at end of survey: PBS Nanaimo, full day alongside
    
    Operational Profile: sunrise to sunset
    
    Survey Trawl: LFS 7742 mid-water trawl
    
    Depth Range: surface to 100 meters
    
    Trawl Speed: 5.0 knots
    
    Door supplied by: DFO or vessel (USA Jet P, Thyboron Type 15 or equivalent.  Doors must be appropriately sized to the vessel and be approved by DFO.)
    
    Net mensuration: doorspread, headline depth, wing spread, footrope depth 
    
    **************************************
    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 it meets the following requirements: 
    
    I. As of April 1, 2018, the Survey Vessel must have been used for either commercial trawl fishing or research trawl fishing in the past 12 months.
    
    II. The Survey Vessel must be equipped with a powered launch with minimum three person capacity for acoustic calibration work and transfers to and from shore and the vessel.
    
    III. The Survey Vessel must be completely rigged for stern trawling and be equipped with a stern ramp and gallows or gantry.
    
    IV. The Survey Vessel must have split trawl winches with sufficient steel warp (trawl cable) so as to safely and effectively fish to 500 meters depth.  Warp must be a minimum of 1.6 cm (7/8 inch) diameter, in good condition (have no more than 3 broken wires in any strand, not worn in excess of 1/3 of the diameter, and not kinked or birdcaged) and marked as to length.  The warp must be accurately marked prior to the commencement of a survey.  The trawl winches must be able to retrieve the research trawl at a minimum rate of 61 meters (200 feet) per minute.
    
    V. Depending on the survey, the Survey Vessels must either supply a suitable set of doors and door legs or use the doors and door legs that will be supplied - details are included in the survey details above.
    
    VI. When towing the Model 250 and LFS 7742 mid-water trawl at the surface with 150 - 200 meters of main warp deployed, the Survey Vessel must be able to maintain a continuous speed of 9.3 km/hour or 5 knots in sea conditions up to and including Beaufort Sea State 5 (winds up to 21 knots, waves up to 2.5 meters).  
    
    VII. For all surveys except 1 and 2 (Small-mesh Bottom Trawl and Synoptic Bottom Trawl), the Survey Vessel must also be equipped with a winch with at least 525 meters of minimum 3/16 inch steel wire rope installed in a location suitable for deploying a portable CTD to obtain vertical water profiles and a bongo net to obtain vertical plankton samples. The winch must be capable of hauling scientific equipment to the surface at a rate of 1m/second.  
    
    VIII. The Survey Vessel must have a crane capable of lifting 5 metric tons for handling catches and loading/unloading of fishing and sampling gear.  
    
    IX. Fishing gear performance must be monitored for each research tow.  Therefore, the Survey Vessels must be equipped with net mensuration equipment that provides, at minimum, doorspread and headline depth.  The specific net mensuration requirements of each survey are detailed above in Tables 1, 2, and 3.  The following general statements apply to both the Large and Small Survey Vessels:
    
    a. All the required net mensuration equipment identified in the survey details must be run concurrently. 
    b. Headline depth and height above bottom must be determined using a wireless sensor(s) for Survey 2.  A wired trawl sounder that provides headline depth is acceptable for all other surveys.
    c. For Surveys 4 and 5 the trawl sounder must be able to identify acoustic targets as they enter the net.    
    
    X. The Survey Vessels must be equipped with GPS, depth sounder, and net mensuration systems fitted with serial RS232 data outputs to provide data that will be logged by a DFO computer.  
    
    XI. For Surveys 4 and 5 the Survey Vessel must provide KONGSBERG SIMRAD 38 kHz (ES38B) and 120 kHz (ES120-7 series) or equivalent hull-mounted transducers.
    
    XII. The Survey Vessels must have a satellite communication system capable of reliably communicating with shore.
    
    XIII. The Survey Vessels must each have at least 2 functioning marine heads and at least 2 functioning showers that can be used in privacy.  
    
    XIV. The Survey Vessels must each have a working washer and dryer for personal laundry. 
    
    XV. The vessel must be able to provide the following scientific work areas:
    
    i) A dedicated counter work space on the bridge, at least 0.6 X 1.2 meters (2 X 4 feet) with adjacent at least two 110 VAC power receptacles for installation of DFO-supplied computers, peripherals, and connection to the ship’s GPS, sounder, and trawl mensuration electronics.
    
    ii) Either a conveyor system that can be used by science staff to sort the catches or a deck area which can accommodate, as a minimum, a Contractor-supplied, raised sorting bin with a minimum capacity of 4 m2 (36 square feet) and 1500 pounds.  The sorting bin and/or conveyor system must be at a working height between 90 and 110 cm.  If used, a sorting bin must be positioned so that at least three sides can be accessed by staff while sorting catch.  
    
    iii) Sufficient deck space to store DFO-supplied 45 cm by 60 cm by 30 cm high baskets of fish near the sorting area.
    
    iv) A safe work area for weighing the catch.  This area must be located near both the sorting area (conveyor system or bin) and some method to discard catch (scuppers or conveyors).  This area must have space to secure both a laptop computer and an electronic balance provided by DFO (total approximately 1 x 2 meters (3 x 7 feet)).  The area should be either covered or large enough such that a DFO-supplied protective housing (2 x 2 feet) for the laptop computer can be installed. 
    
    v) A safe, covered work area for one or more biological sampling stations.  The area must include separate raised (at least 0.9 meters (3 feet) high) work surfaces each at least 0.6 x 1.8 meters (2 x 6 feet) where science staff can secure an electronic balance, a length measuring board, a laptop computer, and other sampling equipment as provided by DFO.  A Large Survey Vessel must provide at least 3 such stations while a Small Survey Vessel must provide at least 2 such stations.
    
    vi) Dry storage area of at least 5.4 meters³ (190 cubic feet) in the main house for holding scientific supplies.
    
    vii) Freezer space for scientific samples separate from the vessels’ provisions and continuously available to science staff.  Freezers must maintain temperatures at or below typical household chest freezers (-12 to -18 degrees Celsius).
    
    XVI. The Survey Vessel must provide three (3) nutritionally balanced meals each survey day.  
    
    XVII. The lead-fisher on each Survey Vessel must have a minimum of five years’ experience in trawl fishing and in building, rigging, repairing, and operating trawls.  At least one other fisher (fisher, engineer-fisher, or cook-fisher) must have a minimum of two years’ experience in trawl fishing and assisting in trawl gear repair.
    
    XVIII. Large Survey Vessel Specific Requirements (These apply to Survey Vessel A and Survey Vessel B)
    
    a. The vessel must have a minimum overall length of 33.53 meters (110 feet).
    
    b. The vessel must be able to maintain a minimum cruising speed of at least 9 knots in a Beaufort Sea State 3.
    
    c. The vessel must accommodate a minimum of 7 scientific personnel. 
    
    d. The vessel must provide a minimum of 40 cubic feet of freezer storage for scientific samples.  
    
    e. The Captain must have a minimum of five years of bottom and mid-water trawl fishing experience as master of a comparable-sized trawler in British Columbia waters within the past 10 years.
    
    XIX. Small Survey Vessel Specific Requirements (These apply to Survey Vessel C)
    
    a. The vessel must have a minimum overall length of 25.9 meters (85 feet).
    
    b. The vessel must be able to maintain a minimum cruising speed of at least 8 knots in a Beaufort Sea State 3.  
    
    c. The vessel must accommodate a minimum of 6 scientific personnel.   
    
    d. The vessel must provide a minimum of 20 cubic feet of freezer storage for scientific samples. 
    
    e. The Captain must have a minimum of five years of experience bottom and mid-water trawl fishing and a minimum of two years of experience as master of a comparable-sized trawler in British Columbia waters.
    
    XX. All Survey Vessels must have a current and valid Transport Canada Vessel Inspection Certificate.  The Captains and crews must possess all required Transport Canada and/or maritime licenses/certifications applicable to the vessel and area of operations.
    
    XXI. Vessels must be capable of fishing in US waters and must acquire the required clearance and approvals no later than June 15, 2018.
    
    **************************************
    4.  Applicability of the Trade Agreements to the Procurement
    **************************************
    
    This procurement is subject to the Canadian Free Trade Agreement (CFTA).
    
    **************************************
    5.  Justification for the Pre-Identified Supplier 
    **************************************
    
    A very similar requirement was recently solicited competitively with no responsive bids. Canadian Fishing Company offers vessels that meet the Department of Fisheries and Oceans' requirements. To the knowledge of the Department of Fisheries and Oceans, Canadian Fishing Company is the only company able to fulfill the requirement.
    
    **************************************
    6.  Government Contracts Regulations Exception
    **************************************
    
    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 work.
    
    **************************************
    7.  Exclusions and/or Limited Tendering Reasons 
    **************************************
    
    The following exclusion and/or limited tendering reason is invoked under the section of the trade agreements specified:
    - Canadian Free Trade Agreement - Article 513 (2)(b)(iii)
    
    **************************************
    8.  Proposed Delivery Date 
    **************************************
    
    The dates of deliverables are identified in Section 2 above. 
    The period of the resulting contract will be from date of contract award to March 31, 2019. With an option to extend to March 31, 2020.
    
    **************************************
    9.  Name and Address of the Pre-identified Supplier
    **************************************
    
    Canadian Fishing Company
    Foot of Gore Avenue
    Vancouver, BC, V6A 2Y7  
    
    **************************************
    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 by e-mail 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 March 6, 2018 at 02:00 pm (PDT).
    
    **************************************
    12. Inquiries and Submission of Statements of Capabilities 
    **************************************
    
    Inquiries and statements of capabilities are to be directed by e-mail to: 
    
    Eric Zwarich
    401 - 1230 Government Street, Victoria, BC V8W 3X4
    Telephone: 250.507.0647
    E-mail: Eric.zwarich@pwgsc-tpgsc.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

    • 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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Zwarich, Eric
    Phone
    (250) 661-2347 ( )
    Email
    eric.zwarich@pwgsc-tpsgc.gc.ca
    Address
    401 - 1230 Government Street
    Victoria, B. C., V8W 3X4

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    ,
    Foreign
    Procurement method
    Non-Competitive
    Selection criteria
    Consulting Services Regarding Matters of a Confidential Nature
    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: