Ship Radio Inspection (SRI) Program - Course Training

Solicitation number FP802-190285

Publication date

Closing date and time 2020/01/30 14:00 EST


    Description

    FP802-190285

    ADVANCED CONTRACT AWARD NOTICE

    TITLE: Instructor to complete a major update of the course documentation and deliver legislative courses in both official languages support of the Ship Radio Inspection (SRI) program.

    INTRODUCTION: The Department of Fisheries and Oceans Canada (DFO) has a requirement for a qualified bilingual Instructor to provide the training necessary for Electronics Engineering Systems Technologists to perform ship radio inspections on board Canadian and International vessels on behalf of Transport Canada, Marine Safety. The courses are designed to give the maintenance technologists, new and already qualified Ship Radio Inspectors a full understanding or update of the Ship Radio Inspection. The purpose of this Advance Contract Award Notice (ACAN) is to signal the government's intention to award a contract for Instructor in support of the Ship Radio Inspection (SRI) program by Birchy Copse Training Services (BCTS). Before awarding a contract, 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 days posting period.

    The objective of the requirement is to update the formal training documentation package as Canadian National Safety regulations have had a major overhaul in 2019 and to provide this updated package in French and English. The documentation must include any and all references to Canadian and International regulations as they apply to the Ship Radio Inspection Program.

    To deliver two Ship Radio Inspection (SRI) Legislative Update Courses, one in English and one in French. The training shall include any and all references to Canadian and International regulations as they apply to the Ship Radio Inspection Program.

    If other potential suppliers submit a statement of capabilities during the 15 calendar days posting period that meet the requirements set out in the ACAN, the government will proceed to a full-tendering process on whether 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 training of Regional Electronics Maintenance Technologists is highly specialized. Their role as members of the technical community is to support, maintain and repair the department’s physical assets.

    The CCG College currently does not have the resources to deliver this training, which is required by the Canadian Coast Guard and Transport Canada. Therefore, we must look to outside contractors who have the knowledge and capacity to assist in delivering this technical training.

    While on site, the Contractor must adhere to Department of Fisheries and Oceans policies and guidelines regarding Health and Safety in the Workplace.

    PURPOSE: To provide public notification that the Department of Fisheries and Oceans is considering awarding a contract to:

    Birchy Copse Training Services

    976 Monica Crescent RR2

    Centreville, Nova Scotia B0P 1J0

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

    1. Provide an Electronics Technologist instructor with experience as a certified SRI Inspector and Instructor.
    2. The instructor must have a full understanding and experience with the SRI program and electronic equipment being inspected to ensure quality training and be able to correctly answer any queries from the trainees.

    JUSTIFICATION: The pre-identified supplier is the only supplier that we are aware of who offers a product which meets all the Minimum Essential Requirements listed above.

    INTELLECTUAL PROPERTY: Canada has determined that any Intellectual Property (IP) arising from the performance of the Work under the Contract will belong to Canada on the grounds of section 2 in Appendix A of the Policy (http://www.ic.gc.ca/eic/site/068.nsf/eng/00005.html#appA)

    Where the main purpose of the Crown Procurement Contract, or the deliverables contracted for, is:

    “Statutes, regulations or prior obligations of the Crown to a third party or parties preclude Contractor ownership of the Foreground IP”.

    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.

    WORK REQUIREMENTS:

    The Department of Fisheries and Oceans Canada, Canadian Coast Guard College, in Sydney, Nova Scotia, requires the service of the qualified bilingual instructor to provide the following:

    1. A clear explanation of regulations which have been recently repealed and reference the new regulations, where applicable;
    2. A full understanding and a clear update/refresher to the Ship Radio Inspection Program, while highlighting changes to the SRI Program as a result of Navigation Safety Regulations (NSR) 2019;
    3. A clear explanation of the safety practices while performing Ship Radio Inspections. The Contractor shall make reference to the Canada Labour Code Part II, Transport Canada Regulations (TP5021), Maritime Occupational Health and Safety Regulations (SOR/2010-120) and the Right to Refuse Dangerous Work;
    4. Explain Quarantine Act according to the Department of Justice and its importance to the Ship Radio Inspection Program;
    5. The radio coverage and the sea areas versus the radio equipment requirements;
    6. Explain the Ship Station Radio Regulations, according to the Navigation Safety Regulations NSR 2019;
    7. Explain the Ship Station (Radio) Technical Regulations, according to the Navigational Safety Regulations 2019;
    8. A summary of the Ship Station Radio Regulations, and the Ship Station (Radio) Technical Regulations, according to the Navigational Safety Regulations 2019;
    9. A clear explanation of the regulations and requirements for VHF Radio telephone equipment and Digital Selective Calling equipment;
    10. Explain the requirements for the Satellite Ship Earth Stations;
    11. Explain the regulations for Enhanced Group Calling equipment;
    12. Explain the regulations for International Navtex Service receiving equipment;
    13. Explain the requirements for Emergency Position Indication Radio Beacons(EPIRBs) and Search and Rescue Radar Transponders(SARTs);
    14. Explain the regulations for Survival Craft VHF Radio telephones;
    15. Ship Radio Inspections and issue certificates on behalf of Transport Canada-Marine Safety;
    16. Explain the regulations for VHF-Radio Direction Finding(VHF-DF) equipment;
    17. Explain the Fishing Vessel Regulations (Large and Small);
    18. Explain the Shipping Safety Control Zones Order;
    19. Explain the sheltered water, near coastal voyages and unlimited voyages;
    20. Explain the Great Lakes Agreement;
    21. Explain the Lifesaving Equipment Regulations (LSER) according to NSR 2019;
    22. Explain the Navigation Safety Regulations (NSR 2019);
    23. Describe the certificates issued by inspectors during domestic inspections and explain their application;
    24. Explain the regulations which apply to vessels navigating under the Polar Act, and Mobile Offshore Drilling Units (MODUs);
    25. Explain the International Convention for the Safety of Life At Sea (SOLAS) according to the International Maritime Organization (IMO);
    26. Explain the regulations for Watch keeping requirements, according to the Standards of Training, Certification and Watch keeping for Seafarers (STCW);
    27. Explain the regulations and requirements governing the Sources of Electrical Energy pertaining to vessels (TP127 55);
    28. Explain the regulations and requirements governing the Emergency Sources of Electrical Energy for vessels;
    29. Instructor copy with answers, a student copy without answers and administer a written theory examination, as a means to evaluate the learners’ knowledge of the Ship Radio Inspection program;
    30. Prepare a multimedia CD (or USB flash drive) which includes the course content and references or links to all Regulations and Acts pertinent to the Ship Radio Inspection Program;
    31. A Student manual divided into lessons containing all the information covered above;
    32. Instructor lesson plans containing all the information above;
    33. Instructor presentations matching the Instructor lesson plans;
    34. Labs if any practical training is required to enhance the theory;
    35. Provide a student course evaluation form (provided by EITT) to enable the course participants to fully evaluate the course in terms of level of satisfaction, ability to apply the knowledge acquired to their work, the level of learning which occurred in the course and make recommendations for improvement to course content and approaches;
    36. Prepare an End of Course Report and make some comments on the Candidate Report Forms for each of the candidates;

    DELIVERABLES:

    Deliverables

    • Deliver one bilingual SRI Legislative Update Course Documentation Package, including Presentations, Lesson Plans, Student Manual, exam and labs Due Date - February 21, 2020
    • Deliver one English session of the Ship Radio Inspection Update Course (4 days' duration) on location at the Holiday Inn, Sydney, NS. Due Date - February 25 – 28, 2020 
    • Deliver one French session of the Ship Radio Inspection Course (4 days' duration) on location at the Canadian Coast Guard Station Quebec City, Quebec, Due Date - March 10 – 13, 2020
    • At the end of each course, complete a written report on a End of Course Report Form provided by EITT. Due Date - February 28, 2020 to March 13, 2020

    CONSTRAINTS: N/A

    OTHER REQUIREMENTS: N/A

    LEVEL OF EFFORT AND CONTRACT DURATION

    For the provision of all professional services including all associated costs necessary to carry out the required work from the date of Contract Award to March 31, 2020.

    Please take note that the initial contract period is starting on date of Contract Award to March 31, 2020. The initial contract period deliverables must be completed by March 13, 2020.

    There is one option year of April 1, 2020 to March 31, 2021.

    The Option year will include one eight day legislative course and two 3 days update courses at the Canadian Coast Guard College in Sydney, NS.

    •  Cost (including taxes) for one Legislative course is $21, 418.75
    •  Cost (including taxes) for two update courses is $21, 418.75
    • Total maximum cost (including taxes) for the option year not to exceed $42, 837.50

    This level of effort is only estimation made in good faith and is not to be considered in any way as a commitment from Canada.

    Contract Duration

    Initial Contract Period - Date of Contract Award to March 31, 2020.

    Option Year 1 - April 1, 2020 to March 31, 2021

    TRAVEL: There is no travel for this requirement.

    VALUE: The total estimated value of the contract shall not exceed $33,581.73 including all applicable taxes.

    SECURITY: There is Reliability security requirements for this contract.

    LOCATION OF WORK: The updating of the Student and Instructor manuals will be done at the Contractors' facilities. The training will be conducted on location at the Canadian Coast Guard Station Quebec City, Quebec and in Sydney, NS.

    Response: Suppliers who consider themselves fully qualified and available to provide the services described herein may submit a Statement of Capabilities in writing to the Contracting Officer identified in this Notice (See below) on or before the closing date. The Statement of Capabilities must clearly demonstrate how the supplier meets the requirement described herein.

    The closing date and time for accepting written statements of capabilities challenging this requirement is January 31, 2020 at 2p.m. (EST). As it is intended to proceed in a timely manner, responses received after the closing date will not be considered.

    Inquiries and statements of capabilities are to be directed to:

    Meenu Bhatia

    Contracting Officer

    Procurement Hub – Ottawa Office
    Telephone: (613)-298-4795
    E-mail: Meenu.Bhatia@dfo-mpo.gc.ca

    Statement of Capabilities received on or before the closing date will be considered solely for the purpose of deciding whether or not to conduct a competitive procurement. Information provided will be used by DFO for technical evaluation purposes only and will not to be construed as a proposal. Your written Statement of Capabilities must provide sufficient evidence that demonstrates it is capable of fulfilling the Fisheries and Oceans-North Coast, Resource Management (Sector)’s requirement. Suppliers who submit a Statement of Capabilities prior to the closing date and time will be notified in writing as to the Department’s decision whether it will continue with the aforementioned procurement, or proceed to a full bid solicitation process.

    Should you have any questions concerning this requirement, please contact the identified Contracting Officer. The DFO file number, the Contracting Officer’s name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page. Documents may be submitted in either official language of Canada.

    APPLICABLE STATUTORY AND REGULATORY REQUIREMENTS

    Applicability of the following policy requirements applicable to this ACAN process is the following applicable sections:

    Policy INFORMATION

    Applicable Exceptions to Soliciting Bids under the Government Contracts Regulations (GCRs) (Section 6):

    Government Contracts Regulations (GCRs), 6d) only one person or firm is capable of performing the work

    10.2.5 Exception (d) sets competitive bidding aside when only one person or firm can do the job. This exception is quite definitive and should be invoked only where patent or copyright requirements, or technical compatibility factors and technological expertise suggest that only one contractor exists. This exception should not be invoked simply because a proposed contractor is the only one known to management.

    TRADE AGREEMENTS: N/A

    LANGUAGE OF WORK: The Contractor must be able to work in both the official languages English and French.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    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
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Contracting authority
    Bhatia, Meenu
    Phone
    613-298-4795
    Email
    Meenu.Bhatia@dfo-mpo.gc.ca
    Address
    200 Kent
    ottawa, ON, K1A 0E6
    CA

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    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
    Nova Scotia
    ,
    Quebec (except NCR)
    Region of opportunity
    Canada
    Procurement method
    Competitive – Open Bidding

    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: