Firearm Range Services

Status Awarded

Contract number 50400-21-3662014

Solicitation number 50400-21-3662014

Publication date

Contract award date

Contract value

CAD 273,000.00

    Description

    This contract was awarded to:

    Saskatoon Wildlife Federation

    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.

    1. Definition of the requirement:

    The Correctional Service Canada (CSC) has a requirement to provide firearms range services to meet the firearms training components of various National Training Standard requirements.

    The work will involve the following:

    1.1 Objectives:

    The Contractor must provide year round access to a firearms range facility located within a 20 km radius of the CSC Regional Psychiatric Centre.

    1.2 Tasks:

    The tasks the Contractor must complete include, but are not limited to the following:

    a. The Contractor must provide an indoor and outdoor Firearms Range for up to a maximum of 40 weeks per year, for approximately 75 days, on an as and when requested basis, Monday to Friday between 0700 and 1500 hours.

    b. The Contractor must provide firearms range facility with ten (10) shooting positions capable of conducting live fire on the service firearms at distances of 50, 25, 10 and 7 meters.

    c. The Contractor must provide Safety Procedures.

    d. The Contractor must provide space to support the placement of a Sea Container with dimensions 40’ for the duration of this contract for exclusive use by CSC personnel.

    e. The Contractor must provide parking to accommodate two 15 passenger vans during each booking.

    f. The Contractor must provide men’s and women’s washroom facilities with hot and cold running water.

    g. The Contractor must provide a classroom type area, with tables and chairs sufficient to accommodate up to ten (10) training participants and up to three (3) trainers for the purpose of conducting dry fire training drills. This area must have at least one wall that is designated as a “safe direction” to conduct dry fire drills.

    h. The Contractor must provide target Stands;

    i. The Contractor must provide range firing lanes with distances to accommodate the C8, 9mm Pistol and Shotgun.

    j. The Contractor must provide shooting points.

    k. The Contractor must provide a fenced perimeter;

    l. The Contractor must provide potable Drinking Water.

    m. The Contractor must provide exclusive use to a single range at the time of the confirmed booking.

    n. The Contractor must facilitate the recycling of spent ammunition.

    o. Cancellation of range facility during COVID-19 Pandemic Period: During the period when COVID-19 restrictions are in place, the Contractor must not charge the daily rate to the Correctional Service Canada on unused days. The Project Authority will work with the Contractor to provide advance notification of utilization of the range.

    1.3 Expected results:

    Exclusive Access, 12 months of the year, Monday to Friday, 0700-1500 hours to a firearms range facility as per above tasks on an as and when requested basis.

    1.4 Performance standards:

    The Contractor must provide confirmation of a valid License to operate the range according to the Chief Firearms Office, Royal Canadian Mounted Police Federal Regulations.

    The Contractor must comply with all applicable Guidelines and legislation to operate a firearms range.

     The Contractor must provide evidence of compliance to the Project Authority when requested to do so.

    CSC policy requires as part of the firearms safety protocols and procedures that areas used for dry fire drills must have a designated safe direction. Inert training ammunition is used for dry fire drills and the Contractor must ensure safety protocol and procedure policies are in place for conducting these drills.

    1.5 Deliverables:

    A firearms range located within a 20 km radius of the Regional Psychiatric Centre for the firearms training components of the CSC National Training Standard requirements.

    1.5.2 Paper consumption:

    a. Should printed material be required, double sided printing in black and white format is the default unless otherwise specified by the Project Authority.

    b. The Contractor must ensure printed material is on paper with a minimum recycled content of 30% and/or certified as originating from a sustainably managed forest.

    c. The Contractor must recycle unneeded printed documents (in accordance with Security Requirements).

    1.6 Constraints:

    1.6.1 Location of work:

    a. The Contractor must perform the work at the Contractor’ s Facility

    b. Travel

    i. No travel is anticipated for performance of the work under this contract.

    1.6.2 Language of Work:

    The Contractor must perform all work in English

    1.6.3 Security Requirements:

    There are no security requirements associated to this contract.

    2. 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:

    2.1 The supplier must provide Firearms Range Rental space located within a 20 kilometre radius from the Regional Psychiatric Centre.

    2.2 The supplier must provide their current valid business licence to operate the Firearms range according to the Chief Firearms Office, Royal Canadian Mounted Police Federal Regulations.

    2.3 The supplier must provide confirmation they are compliant with all applicable Guidelines and legislation to operate a firearms range.

    3. Applicability of the trade agreement(s) to the procurement

    This procurement is subject to the following trade agreement(s):

    Canadian Free Trade Agreement (CFTA);

    4. Set-aside under the Procurement Strategy for Aboriginal Business

    This procurement is not subject to any set-asides for Aboriginal Suppliers.

    5. Comprehensive Land Claims Agreement(s)

    This procurement is not subject to a Comprehensive Land Claims Agreement.

    6. Justification for the Pre-Identified Supplier

    The pre-identified supplier meets all of the minimum essential requirements described in this ACAN.

    7. Government Contracts Regulations Exception(s)

    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection:

     (d) only one person is capable of performing the contract.

    8. Exclusions and/or Limited Tendering Reasons

    The following exclusion(s) and/or limited tendering reasons are invoked under the section of the trade agreement(s) specified:

     Canadian Free Trade Agreement (CFTA), Article 513

    (b) if the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons:

    (iii) due to an absence of competition for technical reasons;

    9. Ownership of Intellectual Property

    There are no intellectual property terms in the contract.

    10. Period of the proposed contract or delivery date

    The proposed contract is for a period of 5 (five) years, from April 1, 2021 to March 31, 2026.

    11. Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $260,000.00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Saskatoon Wildlife Federation

    Address: Saskatoon, SK

    13. 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 and time of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    14. Closing date and time for a submission of a statement of capabilities

    The closing date and time for accepting statements of capabilities is January 6, 2021 at 2:00 PM CST.

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Amanda McCaig

    Regional Procurement Officer

    Telephone: 306-659-9258

    E-mail: 501Contracts@csc-scc.gc.ca

    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • X130A - Leasing of Educational Buildings
    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    McCaig, Amanda
    Phone
    306-659-9258
    Address
    Po Box 9223, 3427 Faithfull Ave
    Saskatoon, SK, S7K 8H6
    CA

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Date modified: