SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, March 30 from 7:00 pm until 11:00 pm (Eastern Time) 

Firearms range services

Status Awarded

Contract number 50200-22-4243827

Solicitation number 50200-22-4243827

Publication date

Contract award date


    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 and classroom facility located within a 45 km radius of the Correctional Learning and Development Centre, 2309 Hanselman Place, Saskatoon, SK.

    1.2 Background:

    Correctional Service Canada is required by law and policy to provide firearms training to Correctional Officers and Correctional Officer Recruits for the Correctional Training Program (Regional Delivery), Emergency Response Training, Chemical Agents training and the Firearms Refresher training.

    1.2 Tasks:

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

    Supply a 12’ x 60’ building. This building must be separate from any classrooms and buildings. The building must have heat, power, fridge and microwave.

    Provide a Classroom sufficient to accommodate up to twenty (20) training participants and up to five (5) trainers for the purpose of conducting dry fire training drills, and must include chairs and tables. ThisClassroom must have at least one wall that is designated as a “safe direction” to conduct dry fire drills. This Classroom must be kept clear of any live ammunition at all times, and be for the exclusive use of CSC.

    Provide year round access to an outside firearms range and classroom facility located within a 45 km radius of the Correctional Learning and Development Centre, 2309 Hanselman Place, Saskatoon, SK.

    Maintenance:

    The contractor must maintain all facilities used by Correctional Service Canada .

    The Contractor must clean and disinfect, all high-touch surfaces, furniture, accessories or equipment, or any other surface.

    • Frames, doors, doorknobs, switches and thermostats must be cleaned and disinfected,
    • Sinks and faucets must be cleaned and disinfected,
    • Counters must be cleaned and disinfected,
    • Toilet flush handles, seats and bowls, as well as urinals, must be cleaned and disinfected,
    • All accessories (including, but not limited to paper towel dispensers, soap dispensers, toilet paper dispensers, sanitary product dispensers, mirrors) in the room must be cleaned and resupplied;
    • Garbage cans must be emptied, cleaned and disinfected;
    • Walls and partitions must be cleaned, and
    • Floors must be cleaned and wet mopped.

    The Contractor must provide an indoor and outdoor Firearms Range for up 80 days, on an as and when requested basis, Monday to Friday between 0700 and 1600 hours for indoor Range and 0900 and 1600 hours for outdoor Range.

    The Contractor must provide a firearms range facility with eight (8) shooting positions capable of conducting live fire on the service firearms. The outdoor range must accommodate distances of 50, 25, 10 and 7 meters. The indoor range must accommodate distances of 25, 10 and 7 meters.

    The Contractor must provide parking to accommodate a minimum of two 15 passenger vans during each booking.

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

    The Contractor must provide target Stands;

    The Contractor must provide shooting points.

    The Contractor must provide a fenced perimeter;

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

    The Contractor must manage the recycling of spent ammunition.

    The Contractor must hold a valid license to operate a firearms range issued by the Chief Firearms Office, Royal Canadian mounted police federal regulations for the duration of the contract. The Contractor must operate its range facility in accordance with all applicable provincial and federal regulations.

    Cancellation of range facility during COVID-19 Pandemic Period: When CSC advises the contractor that COVID-19 restrictions are in place, the Contractor must not charge the daily rate to the Correctional Service Canada for unused days. The Project Authority will work with the Contractor to provide advance notification of utilization of the range.

    1.3 Expected results:

    Provide year round access to a firearms range and classroom facility.

    1.4 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).

    1.5 Constraints:

    1.5.1 Location of work:

    a. The Contractor must perform the work at the Contractor’s place of business, Range Rd 3050, Saskatoon, SK S7S 1NB

    b. Travel

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

    1.5.2 Language of Work:

    The contractor must perform all work in English.

    1.5.3 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:

    Must provide firearms range facility with eight (8) shooting positions capable of conducting live fire on the service firearms. Outdoor range must accommodate distances of 50, 25, 10 and 7 meters. Indoor range must accommodate distances of 25, 10 and 7 meters.

    Must provide their current valid business licence to operate the Firearms range according to the Chief Firearms Office, Royal Canadian Mounted Police Federal Regulations

    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 Indigenous Business

    This procurement is not subject to any set-asides for Indigenous 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

    Saskatoon Wildlife Federationhas the only firearms range within local area that meets the requirements of the Correctional Service Canada. It is the only registered firearms range licensed by the Chief Firearms Office, according to Royal Canadian Mounted Police Federal Regulations that has different distances of ranges which will accommodate the different firearms used by CSC. They are the only firearms range with buildings which accommodate training such as course instruction, and include bathrooms, eating area, heating, power, and running water.

    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 2 years, from December 19, 2022 to December 1, 2024 with an option to extend the contract for 1 additional one-year periods.

    11. Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $393,960.00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Saskatoon Wildlife Federation

    Address: Range Rd 3050, Saskatoon, SK S7S 1N8

    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 December 16, 2022 at 12pm CST

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Jill Pelrine

    Regional Procurement Officer

    3427 Faithfull Ave Saskatoon, SK

    Telephone: (306) 659-9300

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

    Business address
    Po Box 32041
    Saskatoon, SK, S7S 1N8
    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
    Pelrine, Jill
    Phone
    306-659-9300
    Address
    3427 Faithfull Ave
    Saskatoon, SK, S7K 3X5
    CA

    Buying organization(s)

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

    Support

    Contact us directly, or find your answers using resource guides.

    Date modified: