STANDING OFFER FOR MARINE EMERGENCY DUTIES REFRESHER TRAINING
Status Awarded
Contract number F5211-170421
Solicitation number F5211-170421
Publication date
Contract award date
Status Awarded
Contract number F5211-170421
Solicitation number F5211-170421
Publication date
Contract award date
ADVANCED CONTRACT AWARD NOTICE
STANDING OFFER FOR MED REFRESHER TRAINING
The Department of Fisheries and Oceans / Canadian Coast Guard has a requirement for the provision of Marine Emergency Duties (MED) Refresher Training for its Sea-going Personnel.
The purpose of this Advance Contract Award Notice (ACAN) is to signal the government’s intention to award a contract for these services to Western Maritime Institute, Ladysmith, BC. Before awarding a contract, however, the government would like to provide other suppliers with the opportunity to demonstrate that they are capable of satisfying the requirements set out in this Notice, by submitting a statement of capabilities during the ACAN posting period.
If other potential suppliers submit a statement of capabilities during this ACAN posting period that meets the requirements set out in the ACAN, the government will proceed to a full tendering process on either MERX or through traditional means, in order to award the contract.
If no other supplier submits, on or before the closing date, a statement of capabilities meeting the requirements set out in the ACAN, a contract will be awarded to the pre-selected supplier.
Statement of Requirement
The Department of Fisheries and Oceans / Canadian Coast Guard (CCG) has a requirement for mandatory Marine Emergency Duties (MED) Refresher Training for Sea-going Personnel in the CCG Western Region.
In accordance with the International Convention on Standards of Training, Certification and Watchkeeping for Seafarers (STCW 2010), CCG Officers and crew require refresher training every five years following their initial training. Transport Canada is the licensing authority and has accredited institutions across Canada to deliver this training. The list of accredited providers are in the TC publication TP 10655 – Recognized Establishments and Approved Training Courses, available from Transport Canada. TP 4957 Marine Emergencies Duties Training Program publication is also available from Transport Canada: https://www.tc.gc.ca/eng/publications-marine-abstracts-598.html.
The following Transport Canada Ship Safety Bulletins describe the training requirements:
http://www.tc.gc.ca/media/documents/marinesafety/SSB-05-2017E.pdf (cancelled - new SSB to follow shortly)
http://www.tc.gc.ca/media/documents/marinesafety/SSB-12-2016E.pdf
http://www.tc.gc.ca/media/documents/marinesafety/SSB-09-2015E.pdf
The Canadian Coast Guard, Western Region intends to establish a Standing Offer arrangement for the delivery of these courses to CCG Officers and crew.
The scheduling of the courses are established based on when the ships are in port and the staff are available to receive the training. For that reason, CCG requires that they be able to determine the scheduling of the training courses at the location of the provider. Therefore, all components of the course must held during the same time period and not involve traveling to locations beyond a local area for each of the components.
CCG requires that courses be held for CCG personnel only, and they reserve the right to substitute names of attendees for the courses. Each session will be billed at a per session cost, which will be for up to 12 attendees.
All training material is to be provided by the institution and included in the course session cost.
Any course cancellation or rescheduling by the Institution must be agreed to by CCG and all cancellations and rescheduling done by either the Department or by the institution shall be at no cost.
Minimum Essential Requirements
Trade Agreements and Other Obligations
The Canadian Free Trade Agreement applies to this contract.
Government Contracts Regulations (GCRs) Exception and Limited Tendering Reasons
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.
There is currently only one accredited provider that can offer the course including the firefighting within the local area. The accredited provider is also the only known institution that will hold sessions for CCG personnel only.
Security Requirements
There are no Security requirements for this Standing Offer.
Ownership of Intellectual Property (IP)
There is no Intellectual Property being created under this Standing Offer.
Period of the Proposed Contract
The period of the proposed Standing Offer is from date of award to December 31, 2020.
Cost Estimate
The estimated limitation of the proposed Standing Offer is $300,000.00 for 3 years ($100,000.00 per year) plus tax. The per call-up limitation shall be $25,000.00 tax inclusive.
Suppliers’ Right to Submit a Statement of Capabilities
Suppliers who consider themselves fully qualified and available to provide the services and/or 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.
Closing Date for Submission of a Statement of Capabilities
Statement of Capabilities must be received no later than 2:00 PM Atlantic Standard Time, 18 December 2017. Submissions received after this date and time will not be accepted.
Inquiries and Submission of Statement of Capabilities
Inquiries and submissions are to be submitted in writing to:
Cathi Harris
Senior Contracting Officer
301 Bishop Drive
Fredericton, NB E3C 2M6
Tel. 506-452-3639
Fax. 506-452-3676
Email: DFOtenders-soumissionsMPO@dfo-mpo.gc.ca
Please note that the Department prefers to receive submissions electronically, however it will accept submissions in hard copy. Hard copy submissions must be received by the closing date and time. Email submissions should be less than 10MB; if the file(s) are larger please split them into more than one email. The Department is not responsible for misdirected or delayed submissions.
All submissions should note the contract file number: F5211-170421.
Refer to the description above for full details.