Firearm Training

Solicitation number 21120-18-2848037

Publication date

Closing date and time 2018/05/08 14:00 EDT

Last amendment date


    Description

    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 Requirement:

    CSC National Training Academy is relocating to Kingston Ontario to an interim facility, with plans for a permanent National Training Academy underway. This interim facility will provide accommodations, meals and training to approximately 400 recruits annually. Recruits are non employees hired to participate in the “Correctional Training Program” and upon successful completion are offered positions as Correctional Officers at various institutions across Canada.

    1. Objectives:

    The Correctional Service of Canada (CSC) has a requirement to deliver live firearms training as part of the Correctional Training Program.

    1. Scope:

    CSC must deliver firearms training that will include shooting from the 50 or 100meter range for 16 live shooters two days per week from 08:00 – 16:00. CSC will also deliver classroom training for firearms training on site of a range.

    1. Tasks / Deliverables:

    The contractor must perform the following tasks and provide the associated deliverables:

    1. Provide access to either a 50 or 100 meter range, 2 days a week from the hours of 08:00 -16:00;
    2. Provide access to a classroom that can accommodate up to 38 persons;
    3. Provide access to onsite, functional washroom facilities;
    4. Provide access to potable water;
    5. Provide access to space for a storage C-Can on the site of the range;
    6. Provide parking for 5 vehicles;
    7. Provide range maintenance and snow removal; and
    8. Pick up CSC brass that is to be stored to a drop off location on the grounds. This is to be identified when required.

    1.4.2 Paper consumption:

    1. 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. Performance standards:

    The range provided must have approval by a Chief Firearms Officer for live fire for the all of the following calibres of ammunition: 

    1. 9mm luger (frangible, ball and JHP);
    2. 5.56mm NATO (frangible and ball); and
    3. 12 ga shotgun (birdshot, buckshot and slug).
      1. Schedule and Hours of Operation:

    The schedule for delivery will be mutually agreed upon and set for the full year and include every Tuesday and Thursday with the exception of dates June 15 – 24, 2018; July 20, 2018; August 17, 2018; August 24, 2018; September 4-7, 2018 where in this case alternative make up days will be provided and negotiated between the parties if required.

    1. CSC-National Training Academy staff may arrive on the range anytime after 07:30 however may not commence any live shooting until 08:30.
      1. Limitations and Constraints:
    1. Firearms used are: C8 Carbine; 9mm Pistol; 12 gauge shot gun.
    2. All live shooting must stop at 17:00 or if inclement weather makes is not safe to do so. 
    3. The FRPC may shut the range down with minimum notice but in writing at any time if they believe in good standing that there is a safety issue for any reason.
    4. Access to the range will be provided to CSC-National Training Academy via key cards (x4) for the main gate entry and the main building, classroom.
    5. A lay down area of packed gravel will be provided for CSC to place one C-Can for storage. This C-Can will not store any live ammunition or any firearms.
    6. A kick-off meeting will be scheduled after Contract Award on site with the Training Academy Manager and Regional Facilities Manager.
      1. Provisional Bookings:
    1. Provisional bookings may be requested by CSC-National Training Academy and negotiated on a day by day basis with the President of the FRONTENAC RIFLE AND PISTOL CLUB (FRPC) with the understanding there is no obligation of the FRPC to agree to any use of the facility above the capacity of 84 days per year.
    2. Provisional bookings may very occasionally be requested by CSC- National Training Academy should a recruit fail a course of fire and in jeopardy of a release and requires remedial training and a requalification shoot. 
      1. Range Regulations:
    1. Regulations will be adhered to at all times. Regulations of FRPC are posted at each range. When there is a conflict between regulations, the more restrictive shall be used.
    2. CSC will make use of the currently approved small arms templating by the Chief Firearms Officer (CFO) for these ranges which is left and right of arc 45 degrees off of centre, with the maximum elevation allowed being halfway up the berms.
    3. CSC will only make use of the following calibres of ammunition: 9mm luger (frangible, ball and JHP), 5.56mm NATO (frangible and ball), and 12 ga shotgun (birdshot, buckshot and slug). All munitions will be fired from CF firearms.
      CSC training exercises may include shooting from various firing positions (prone, kneeling, standing). All shooting will consist of aimed shots at the approved targets.
    4. CSC will remove all brass daily as weather permits.
      1. Cancellation:
    1. At any given time, CSC may cancel a training day and will advise the FRPC via email.
    2. At any given time, the FRPC may cancel a training day with a proposed make up date within 48 hrs of the delivery schedule.
      1. Location of work:

    Frontenac Rifle and Pistol Cub (FRPC)

    1096 McAdoo’s Ln,

    Kingston, ON K0H 1S0

    1. Language of Work:

    The contractor must perform all work in English.

    1.  Security Requirements:

    There are no security requirements associated to this contract.

    1. Criteria for assessing 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 Range must be within 30 km of 443 Union St. W, Kingston ON, K7L 4V8.

    2.2 Range must be 50 – 100meters in length

    2.3 Range must have 16 live shooting platforms

    2.4 Range must have classroom facilities for 38 people

    2.5 Range must have washroom facilities

    2.6 Range must have parking

    2.7 Range must have access to potable water

    2.8 Range must have space for C-can storage container on site

    2.9 Range must have approval by a Chief Firearms Officer for live fire for the all of the following calibres of ammunition: 

    1. 9mm luger (frangible, ball and JHP);
    2. 5.56mm NATO (frangible and ball); and
    3. 12 ga shotgun (birdshot, buckshot and slug).
    1.  Applicability of the trade agreement (s) to the procurement

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

    Canadian Free Trade Agreement (CFTA); and

    North American Free Trade Agreement (NAFTA).

    The procedural requirements of the other international trade agreements will be fulfilled following compliance to the procedural requirements of CFTA, NAFTA, WTO-AGP and/or the CETA.

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

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

    1.  Comprehensive Land Claims Agreement (s)

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

    1.  Justification for the Pre-Identified Supplier

    The pre-identified supplier has a 50meter range with 16 live shooting platforms; a classroom that can fit 38 people; washroom facilities; potable water; parking; space for C-can storage and is within the 30 km radius of 443 Union St. W, Kingston ON, K7L 4V8

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

    1.  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.

    1.  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

    North American Free Trade Agreement (NAFTA) - Article 1016: Limited Tendering Procedures, section 2.

    b) where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists;

     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 reason:

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

    1.  Ownership of Intellectual Property

    There are no intellectual property terms in the contract.

    1.  Period of the proposed contract or the delivery date(s)

    The proposed contract is from contract award date to one year later inclusively, with an option to extend the contract for two (2) additional one (1) year periods.

    1. Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $300,000.00 (GST/HST extra).

    1.  Name and address of the pre-identified supplier

    FRONTENAC RIFLE AND PISTOL CLUB (FRPC)

    PO BOX 144

    Kingston, ON

    K7L 4V6

    613-546-1888

    1.  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.

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

    The closing date and time for accepting statements of capabilities is May 8th at 2:00 PM EST.

    1.  Inquiries and submission of statement of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Kassandra Thomas

    340 Laurier Ave West.

    Ottawa, ON

    K1A 0P9

    Telephone: 613-996-5575

    E-mail: kassandra.thomas@csc-scc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canadian Free Trade Agreement (CFTA)
    • 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
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Thomas, Kassandra
    Phone
    613-996-5575
    Email
    kassandra.thomas@csc-scc.gc.ca
    Address
    340 Laurier Ave West
    Ottawa, ON, K1A 0P9
    CA

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    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
    Ontario (except NCR)
    Region of opportunity
    Ontario (except NCR)
    Procurement method
    Competitive – Open Bidding
    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: