Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2022-01-21 00:00:00
Canada CanadaBuys

Deeptrekker Revolution NAV Remotely Operate (5P047-210351/A)

Process Number PW-$ERD-008-28480

Dates:


Publication date:

2022-01-21 00:00:00

Amendment date:

None

Date closing:

2022/02/07 14:00 Eastern Standard Time (EST)

Details:


Region of delivery:

Ontario

End user entity:

Parks Canada

Procurement entity:

Public Works and Government Services Canada

Tendering procedure:

Generally only one firm has been invited to bid

Reference number:

PW-$ERD-008-28480

Solicitation number:

5P047-210351/A

Description:


Description:

Trade Agreement: CFTA / FTAs with Peru / Colombia / Panama / Korea Tendering Procedures: Generally only one firm has been invited to bid Non-Competitive Procurement Strategy: Exclusive Rights Comprehensive Land Claim Agreement: No Vendor Name and Address: Deep Trekker Inc. 830 Trillium Dr Kitchener Ontario Canada N2R1K4 Nature of Requirements: 1.Advance Contract Award Notice (ACAN) An advanced contract award notice (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 and time stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier. 2. Definition of the requirement Public Works and Government Services Canada (PWGSC) on behalf of Parks Canada, has a requirement for the supply and delivery of one Deeptrekker Revolution NAV Remotely Operated Vehicle (ROV). The Parks Canada’s Underwater Archaeology Team (UAT) has a requirement for a small inspection class ROV to complement the existing vehicles in its inventory. The new vehicle must be field deployable by one person, be powered by onboard DC batteries, and have high resolution dual-frequency forward looking sonar (FLS), and 4k video imaging capabilities in a revolving sensor head. The vehicle must be depth rated to at least 300 m and have enhanced navigation tools in the form of an integrated Doppler Velocity Log (DVL) for acoustic monitoring of 6-axis speed over ground and to enable dynamic station keeping against currents up to 3.5 knots, and provision to accommodate and power a Sonardyne Nano Ultra Short Baseline (USBL), (Government Supplied Material - GSM) acoustic positioning transponder. The vehicle must also be equipped with an inertial motion unit (IMU), heading sensor, and pressure sensor, and be capable of automatic depth control, heading control, altitude control, and stability control. 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 product/equipment/system (as appropriate) meets the following requirements: The essential requirements of the ROV are as follows: 1. DC battery power. The vehicle must be powered from onboard lithium-ion DC batteries, these allowing for up to 8 hours running time, with a rapid swap capacity to replace depleted batteries with fresh ones between dives. 2. Magnetically coupled thrusters. The vehicle must be equipped with four (4) horizontal thrusters, arranged in a vectored configuration, for precise horizontal propulsion control including lateral movement (“crabbing”) as well as two (2) vertical thrusters, for precise depth control and roll stabilization. All thrusters must be of a fully sealed, magnetically coupled design, requiring no shaft seal or lubrication. 3. Navigation sensors. The vehicle must be equipped with an integrated DVL for acoustic monitoring of 6-axis speed over ground and to enable dynamic station keeping against currents up to 3.5 knots, and provision to accommodate and power a GSM Sonardyne Nano USBL acoustic positioning transponder, with ability to relay USBL responder mode triggers from the surface. The vehicle must also be equipped with an IMU, heading sensor, and pressure sensor, and be capable of automatic depth control, heading control, altitude control, and stability control. The DVL must be a Waterlinked model A50 or equivalent (1 MHz with 0.05 m to 50 m altitude tracking capability). 4. Forward Looking Sonar. The vehicle must be equipped with a dual frequency Blueprint Oculus M3000D (1.2 MHz and 3.1 MHz) forward looking sonar. 5. Revolving sensor head. The vehicle’s FLS, a 4k camera, primary LED camera lighting, and a set of parallel scaling lasers (with 10 cm baseline), must all be mounted together, such that they all train in unison, and are steerable during operation, independent of the vehicle attitude, using the hand controller, from straight up to straight down, and though all intervening forward pitches. 6. Maximum vehicle weight The vehicle must weigh no more than 29 kg in air, fully configured, so as to be readily deployable by a single person from small open boats and from shore. 7. Minimum operating temperature. The vehicle must be operable in cold sea water temperatures down to -4 C, to enable through-ice Arctic deployments. 8. Integrated hand controller. The camera, FLS, vehicle settings, battery levels, and navigation parameters must all be controllable and viewable through the vehicle manufacturer’s software, operated on the manufacturer’s hard-wired hand controller with integrated LCD display, without third party peripheral devices being required. Furthermore, all vehicle controls must be joystick or push-button actuated, to allow ergonomic operation with gloved hands in cold weather. 9. Depth rating. The vehicle, along with all integrated equipment and onboard sensors, must be pressure rated to a depth of at least 300 m of sea water. 10. Tether The tether must be neutrally buoyant in fresh water and slightly positive in sea water. The tether must be supplied on a manually wound cable reel. 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) • Canada-Korea Free Trade Agreement • Canada-Honduras Free Trade Agreement • Canada-Panama Free Trade Agreement 5. Comprehensive Land Claims Agreement(s) This procurement is not subject to a Comprehensive Land Claims Agreement. 6. Justification for the Pre-Identified Supplier Deep Trekker Inc. Ontario is the manufacturer and exclusive Canadian authorized distributor of the Deeptrekker Revolution NAV. This product is the only Commercial-Off-The Shelf (COTS) equipment that meets the Underwater Archaeology Team’s operational needs, particularly that of being battery powered, with magnetically coupled thrusters, and having a 180 degree revolving sensor head containing Forward Looking Sonar, 4k camera, primary LED lights, and scaling lasers. Also unique to this vehicle, given the above, is the fully integrated COTS hand controller with integrated LCD display and built-in navigation sensor fusion firmware. The Revolution has four vectored horizontal thrusters, and two vertical thrusters, as required, and provides all the specified navigation capabilities as readily available factory options. The Revolution is depth rated to 305 m of sea water, allowing operation in tandem with UAT’s larger remotely operated vehicle, and can operate in sea water temperatures down to -4 C, as required. 7.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”. 8. Period of the proposed contract or delivery date Delivery of all components is required by March 31, 2022. 9. Cost estimate of the proposed contract The estimated value of the contract is $ TBD. 10. Name and address of the pre-identified supplier Deep Trekker Inc. 830 Trillium Drive, Kitchener, Ontario, Canada N2R 1K4 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 February 07, 2022 at 2:00 p.m. EST 13. Inquiries and submission of statements of capabilities Inquiries and statements of capabilities are to be directed to: Maya Bakhos Supply Officer Public Works and Government Services Canada Acquisitions Branch Marine Charter Services Directorate Marine Emergency Response Division Phone number: (873)-355-3085 E-mail: maya.bakhos@tpsgc-pwgsc.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.

Contact information:


Contact name:

Bakhos, Maya

Contact email:

Maya.Bakhos@tpsgc-pwgsc.gc.ca

Contact phone:

(613) 292-3550 ( )

Contact address:

Centennial Towers 7th Floor - 7W119 200 Kent Street Ottawa Ontario K1A0S5 Telephone No.: (613) 292-3550 ( ) Facsimile No.:

Contact Fax:

Solicitation Documents:


File Amendment Number Language Date added