Advance Contract Award Notice (ACAN) - Design, Development and Delivery of JISR COM Training

Solicitation number W8484-17-8758

Publication date

Closing date and time 2017/04/18 11:00 EDT


    Description

    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.

    The Department of National Defence has a requirement for the design, development and delivery of an initial package of Joint Intelligence, Surveillance and Reconnaissance (JISR) training consisting of a Familiarisation Course for Senior Officers, an Orientation Course for Leadership and Supervisory Posts and a Collection Operations Management Course (COM) for working level practitioners. The requested training is detailed as follows:

    JISR Senior Officer Seminar – 2 days –lesson plans and courseware. 

    • The aim of the training is to provide a baseline and fundamental understanding of JISR to leadership and decision makers. The course outline must be designed and delivered to enable students who will likely have no previous JISR experience and take the trainees from minimal understanding to a higher level of familiarisation. Upon completion of the course, students will have a complete familiarisation of JISR from the senior officer level to include the following:
    • JISR Definitions and Concepts; JISR Definitions and Concepts; ISR Cycle; Intelligence Requirements Management (IRM); Collection Management; JISR Assets and Sensors; Processing, Exploitation and Dissemination (PED); Communication Information system (CIS); JISR Support to Targeting; and JISR Planning Techniques to include practical.

    • JISR Orientation Course – 5 days –deliver all course material and lessons.

    • The aim of the training is to provide an understanding at the management level for CAF personnel in JISR leadership and supervisory posts. The course outline must be designed and delivered to enable students who will likely have no previous JISR experience to take the trainees from the lowest level of knowledge to more in-depth understanding of JISR. Upon completion of the course, students will have a complete understanding of managing JISR to include the following:
    • JISR Definitions and Concepts; JISR Definitions and Concepts; ISR Cycle; Joint Intelligence Preparation of the Operational Environment (JIPOE); Intelligence Requirement Management (IRM); Requests for Information (RFI); Collection Management; JISR Assessments; Intelligence Collection Plan; Geospatial Intelligence (GEOINT);Signals Intelligence (SIGINT);Open Source Intelligence (OSINT); JIRSR Assets and Sensors; Processing, Exploitation and Dissemination (PED); Communication Information system (CIS); JISR Support to Targeting; and JISR Planning Techniques to include practical.

    • JISR Collection Operations Management Practitioners Course – 20 days – deliver all course material and lessons.

    • The aim of the training is to provide an understanding at the management level for CAF personnel in JISR leadership and supervisory posts. The course outline must be designed and delivered to enable students who will likely have minimal JISR COM experience and will be required to bring the trainees up to basic JISR COM practitioner’s level. Upon completion of the course, students will have led and successfully planned and executed a JISR mission, to include a systematic understanding to include the following:
    • JISR Definitions and Concepts; Intelligence, Intelligence Structures and Intelligence Cycle; JISR Cycle; Joint Intelligence Preparation of the Operational Environment (JIPOE); Intelligence Requirements Management (IRM); Requests for Information; Collection Requirements, Management and Operations Management; JISR Assessments; Canadian/Allied IRM&CM Process and Examples; Intelligence Collection Plan (ICP); Processing, Exploitation and Dissemination (PED); Communications Information Systems; Open Source Intelligence (including social media); Space – Fundamentals and Applications for JISR; JISR Support to Targeting; Radar Fundamentals and Application; GEOINT Fundamentals, Principles, Sensors and Targets; Technical and Operational Applications of GEOINT; GEOINT Recap; Cyber / CEMA; Electronic Warfare; SIGINT; Technical and Operational Applications of SIGINT; JISR on Deployed Operations; HUMINT; Material and Personnel Exploitation; Land ISR Estimate Process; JISR Planning Techniques to include Practical Application; JISR Planning Techniques – Maritime, Land, Air, and Asymmetric; and JISR Planning Techniques – Land.

    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following Minimum Essential Requirements.

    The service provider’s trainer/designer must possess:

    a. Formal education in the form of MSc in ISR Management;

    b. Formal training and education as a Military Intelligence Officer or Operator or Intelligence Specialist focused on JISR concepts and operational design;

    c. Experience in the development and delivery of JISR/ISR training in the past two years to organizations within the Five Eyes community;

    d. A minimum of two (2) years’ experience as a JISR staff expert in the past 7 years in a joint operational environment within the FVEY community;

    e. A minimum of five (5) years’ experience within the past 7 years in providing intelligence support to the planning and conduct of operations within the FVEY community;

    f. A minimum of two (2) years’ experience in the past 7 years developing and executing JISR operations within an operational theatre within the FVEY community;

    g. A minimum of five (5) years’ experience within the past 7 years in delivering high-level JISR collection operations briefings to senior military or civilian decision makers at the tactical, operational or strategic levels within the FVEY community

    This procurement is subject to the following trade agreements:

    Agreement on Internal Trade (AIT)

    North American Free Trade Agreement (NAFTA)

    Raven ISR Consultancy is the only known provider of a developed and proven full spectrum training program with adaptable full-spectrum courses in the three formats.

    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".

    The Ownership of Intellectual Property rests with the contractor until course delivery. The IP Ownership will then be transferred to DND for this courseware.

    The design and development of the courses must be delivered on 31 August 2017
    Estimated value of the contract is $182,000.00 CAN (GST/HST extra)

    Name and address of the proposed contractor:

    Raven ISR Consultancy

    34 Prowse Avenue

    Bushey Heath

    Hertfordshire, England , WD23 1LA

    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.

    The closing date and time for accepting statements of capabilities is March 20, 2017 at 14:00 EST

    Inquiries and statements of capabilities are to be directed to:

    Amber Tower, Senior Procurement Officer

    D Maj Proc 7-3-2
    E-mail: amber.tower@forces.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Agreement on Internal Trade (AIT)
    • North American Free Trade Agreement (NAFTA)

    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
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Collins, John
    Email
    john.collins@forces.gc.ca

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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
    National Capital Region (NCR)
    Region of opportunity
    World
    Procurement method
    Competitive - Limited Tendering
    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: