SAP Ariba system maintenance

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

  • Saturday, July 20 from 8:00 pm until 11:59 pm  (Eastern Time) 

Operational Medical Support Training

Solicitation number 201601714

Publication date

Closing date and time 2017/05/05 14:00 EDT


    Description

    Advance Contract Award Notice (ACAN)

    Operational Medical Support Training

    Solicitation # 201601714

    Requirement:

    The Royal Canadian Mounted Police has a requirement for the provision of customized trauma medical courses (Tactical Casualty Management – TCM) to teach RCMP Emergency Medical Response Team (EMRT) and specialty team members nationwide.

    Advance Contract Award Notice:

    The purpose of this Advance Contract Award Notice (ACAN) is to signal the government's intention to award a contract for these services to

    Canadian Tactical & Operational Medical Solutions Inc. (CTOMS).

    4625 101 St. NW

    Edmonton, Alberta

    T6E 5C6

    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 15 calendar day posting period. If other potential suppliers submit a statement of capabilities during the 15 calendar day posting period that meet the requirements set out in the ACAN, the government will proceed to a full tendering process on either the government's electronic tendering service 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.

    Background

    The Royal Canadian Mounted Police has a requirement for customized trauma medical courses (Tactical Casualty Management – TCM) to teach RCMP Emergency Medical Response Team (EMRT) and specialty team members. The course must focus on trauma care which is based, in part, on the United States’ Committee on Tactical Combat Casualty Care (CoTCCC), the Canadian Combat Casualty Care Working Group (CCCWG) in Tactical Combat Casualty Care (TCCC) and the Committee on Tactical Emergency Casualty Care (C-TECC) in Tactical Emergency Casualty Care (TECC). Trauma care in the tactical environment recognizes the broad spectrum of operational environments, requirements, capabilities and scopes of practice relevant to the diverse missions of the RCMP. This training must provide a field experience where the candidate can gain confidence by integrating tactical medicine with police tactics for scenarios appropriate to various RCMP operations.

    The RCMP intends to enter into a sole source contract with Canadian Tactical and Operational Medical Solutions Incorporated (CTOMS). The Contractor must provide the following training services to RCMP members on as and when requested basis:

    a) Trauma medical courses in accordance to the CoTCCC and CoTECC procedures and guidelines and EMRT Medical Directives;

    b) Training Materials,

    c) Live Tissue Training (LTT): (Domestic Swine Model (DSM)); and

    d) Equipment as requested

    The Contractor must provide the following resources on an as and when requested basis:

    e) Course Director;

    f) Senior Clinical Instructor;

    g) Clinical Instructor(s)

    h) Veterinarian; and

    i) Veterinarian technician (accredited as an Animal Health Technologist/Technician or Veterinarian Assistant/Technologist) 

    The contractor must provide training documentation, medical equipment (consumable and non-consumable), and training aids. In addition, the Contractor must provide personal protective equipment for contractor personnel as per RCMP safety requirements.

    The work will involve the following:

    • Delivery of operational medical support training courses for the RCMP including Tactical Casualty Management (TCM) courses and may include an online-learning course component and technical support on an as-and-when requested basis as requested by the RCMP Technical Authority;
    • Delivery of re-certifications of the above named training on an as-and-when requested basis as requested by the RCMP Technical Authority
    • Delivery of the finalized training plan(s) to be approved by the RCMP Technical Authority; and
    • Delivery of post-course report(s) identifying problems encountered and proposed improvements

    The TCM course will be delivered at an RCMP facility in Canada or approved vendor location or other site subject to the approval of the RCMP Technical Authority and be taught in English across Canada. However, the contractor will ensure that at least one member of the Key Directing Staff must be able to provide instruction in both official languages, French and English. 

    Contract Period:

    The proposed contract is for a period of 2 years, from contract award with an irrevocable option on the part of Canada to extend the Contract by up to two (2) additional one year periods for additional delivery of courses on an as-and-when requested basis as requested by the Technical Authority. 

    Estimated Cost:

    The estimated value of the contract, including the option period, is $1,800,000.00 (HST extra).

    Minimum Essential Requirements

    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:

    1. The Contractor must have the ability and the capacity to offer the required training services and specialized resources to the RCMP. The Contractor must be able to provide the first training session prior to September 1, 2017;
    2. The Contractor must deliver all training in accordance with Canadian Council of Animal Care (CCAC) Guidelines.
    3. The courses offered must be in accordance to the CoTCCC and CoTECC procedures and guidelines and EMRT Medical Directives;
    4. Testing of candidate knowledge to be conducted electronically. An electronic testing system is required that will display questions on a large screen and candidates answers to be captured by a remote recording device.
    5. The Contractor must provide a Course Director who is responsible for organizing training, which includes liaising with the TA, scheduling and organizing instructors, logistics, ensuring training remains on schedule and completing required training documentation requirements. The Course Director must have the following experience:

      A) Must have a minimum of 5 years’ experience in organizing and scheduling a minimum of 10 training courses utilizing live tissue.

    B) The Contractor must provide a Course Director whose qualifications meet the minimum level of a Clinical Instructor.

    6. The Contractor must provide Clinical Instructors to teach and evaluate all core tactical medical and surgical procedures approved by the EMRT Medical Director and TA, both in classroom/skills and in a field setting. Each Clinical Instructor must have previously taught TCCC / TECC courses, tactical medical background and the following experience:

    a) Trained Canadian Armed Forces Physician, Physician Assistant, or Medical Technician with minimum 5 years’ experience; or a Royal Canadian Air Force Search and Rescue Technician with a minimum of 5 years’ experience; or a minimum of 5 years of experience as a tactical paramedic (level – Primary Care Paramedic);

    B) Has delivered a minimum of 3 TCCC and/or TECC courses using DSM within last 5 years;

    C) Must be able to provide training in English

    D) Must have some operational deployment experience in a medical capacity.

    7. The Contractor must provide a Senior Clinical Instructor with all of the following:

    A) The Contractor must provide a Senior Clinical Instructor comprising the minimum skill level of a Clinical Instructor.

    B) The Senior Clinical Instructor must provide instruction and training under the authority and direction of the Contractor’s Medical Director.

    C) The Senior Clinical Instructor must have delivered and supervised a minimum of 5 TCCC and / or TECC courses where he/she was a lead instructor;

    8. The Contractor must provide a Veterinarian as per CCAC Guidelines to conduct LTT in Canada. The Veterinarian must oversee the care of animals in clinical and scenario situations and have the following experience:

    A) Minimum 8 years licensed veterinarian experience

    B) Must have minimum 5 years’ experience overseeing animal care of DSMs during LTT training

    C) Must have minimum 5 years’ experience supervising veterinarian technicians as per CCAC Guidelines for LTT

    9. The Contractor must provide a Veterinarian Technician as per CCAC Guidelines to conduct LTT in Canada. The Veterinarian technician will provide care to a DSM in clinical and scenario based situations and have the following experience:

    A) Minimum 5 years of Canadian accredited veterinarian technician experience;

    B) Must have been responsible for the care to DSMs during a minimum of 6 LTT training courses, both in laboratory and scenario based training.

    10. The Contractor must provide training aids (manufactured or live tissue and / or components thereof that permits the following procedures to be taught and practised during the candidates skill stations:

    A) Intravenous insertions;

    B) Cricothyroidotomy;

    C) Intraosseous humerus and tibia insertions;

    D) Nasopharyngeal airway and supraglottic insertion; and

    E) Needle Chest Decompression.

    11. The Contractor must provide DSMs to meet course requirements to conduct laboratory teaching and scenario assessments.

    12.The Contractor must provide Clinical Instructors who are proficient to provide training in English.

    13. The Contractor must provide at each course, a minimum of one Clinical Instructor who is proficient in providing instruction in both official languages, English and French;

    14. The Contractor must hold a valid Canadian Council on Animal Care (CCAC) Certificate of Good Animal Practice throughout the contract period.

    Justification for the Pre-Selected Supplier

    CTOMS Inc. is considered to be the only known source that complies with all the essential requirements listed above.

    CTOMS Inc. has complete understanding of Policing or Law Enforcement Agency or Organization emergency medical response members, skills and capabilities, as well as the tactics employed by the Policing or Law Enforcement Agency/Organization emergency medical teams. CTOMS Inc also has a complete understanding of the roles including layers of response, protocols and medical directives, program evolution and requisite mission diversity.

    The limited tender decision for this procurement was made in accordance with the Government Contracts Regulations 6 sub section d. for the following reason: "only one person is capable of performing the contract.”

    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Supplier.

    Suppliers who consider themselves fully qualified and available to meet the specified requirements may submit a statement of capabilities in writing to the Contracting Authority 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 May 5, 2017 2:00 p.m. EDT.

    Inquiries and statements of capabilities are to be directed to:

    Steve Lafontaine, Procurement Specialist

    Royal Canadian Mounted Police

    73 Leikin Drive, Bldg M1, Ottawa, Ontario, K1A 0R2, Mailstop #15

    Telephone: 613-843-3809

    E-mail: steve.lafontaine@rcmp-grc.gc.ca

    Policy Information

    __X__ Government Contracts Regulations (GCRs) - 6d

    __X___ Subject to WTO-AGP - Article XIII.1.b

    __X___ Subject to NAFTA - Article 1016.2.(b)

    __X__ Subject to AIT - Article 506.12.b

    __X___ Subject to Canada- Chile - Article Kbis-09.b

    __X___ Subject to Canada-Colombia - Article 1409.b.(iii)

    __X___ Subject to Canada-Peru – Article 1409.b.(iii)

    __X___ Subject to Canada-Korea – Article 14.3 (1)

    __X ___ Subject to Canada-Honduras – Article 17.11.2.b.iii

    __X___ Subject to Canada-Panama – Article 16.10.1.b.iii

    Location of Work:

    The Contractor’s personnel must travel to different training locations across Canada as approved by the Technical Authority, as and when requested.

    Language:

    TCM courses must be provided in English. However, the Contractor must provide a minimum of one Clinical Instructor per course who is able to provide instruction in both official languages; French and English.

    Integrity Policy:

    RCMP has adopted the Integrity Regime administered by PSPC. As a result, the integrity provisions are being applied in RCMP contracting activities as outlined in this solicitation.

    RCMP National Procurement Plan:

    The RCMP has published its National Procurement Plan for 2016/17. For further information please see link: http://www.rcmp-grc.gc.ca/pubs/cm-gg/index-eng.htm

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • 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
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    Canada
    Contracting authority
    Lafontaine, Steve
    Phone
    613-843-3809
    Email
    Steve.Lafontaine@rcmp-grc.gc.ca
    Address
    73 Leikin Drive, Bldg M1, 4th Floor, Mailstop 15
    Ottawa, ON, K1A 0R2
    CA

    Buying organization(s)

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    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
    Canada
    Region of opportunity
    World
    Procurement method
    Competitive – Selective 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: