Firearms Range Services

Solicitation number 21120-21-3724143

Publication date

Closing date and time 2021/04/01 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 the requirement:

    The Correctional Service of Canada (CSC) has a requirement to provide a firearms range in the Kingston region for recruits in the Correctional Training Program (CTP).

    The work will involve the following:

    1.1 Objectives:

    To establish a contract with a firearms range facility within 20KM from the CSC National Training Academy located at 443 Union Street Kingston, ON to provide recruits in the CTP with an area to learn and practice their firearms skills.

    1.2 Tasks and Deliverables:

    The tasks and deliverables the Contractor must complete include the following:

    1. Provide access to a 50-yard outdoor range for a scheduled period of two (2) days per week from the hours of 08:30 -16:00 (Eastern Time). The Contractor must permit CSC-National Training Academy staff to arrive on the range anytime after 07:30, however CSC will not commence any live shooting until 08:30. All live shooting must stop at 17:00 or if inclement weather makes it not safe to do so.
    1. Provide access to onsite functional washroom facilities, a lunchroom and classroom space with tables and chairs that can accommodate at least 30 participants.
    1. Provide access for a lay down area packed with gravel to place a C-Can storage unit on the site of the range. The C-Can storage unit will not store any live ammunition or any firearms.
    1. Provide parking space specifically allocated to the CSC-National Training Academy Staff near the Classroom/Main Building.
    1. Provide range maintenance and snow removal services, including removal and retrieval of brass from the range floor to be placed in the Contractor-supplied containers. 

    1.3 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).

    1.4 Constraints

    1.4.1 Limitations:

    1. CSC will only make use of the following calibres of ammunition: 9mm luger (frangible, ball and Jacketed Hollow Point, 5.56mm NATO (frangible and ball), and 12 gauge shotgun (birdshot, buckshot and slug). CSC uses primarily non-toxic training rounds. All munitions will be fired from certified firearms.
    1. CSC will make use of the current small arms approved 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.
    1. The CSC-National Training Academy may request provisional bookings for recruits who have failed a course of fire and require remedial training and a requalification shoot. CSC will negotiate these bookings on a day by day basis with the Contractor with the understanding that there is no obligation on the Contractor to agree to any use of the facility above 84 days per year.

    1.4.2 Location of work:

    1. The Contractor must perform the work at the Contractor’s place of business.
    1. Travel
    1. No Travel is anticipated for the performance of the work under this contract.

    1.4.3 Language of Work:

    The Contractor must perform all work in English.

    1.4.4 Cancellation

    1. The Contractor must allow CSC to cancel a training day at any given time with no cancellation fee, and no advance notice, by advising the range facility via email.
    1. CSC agrees to allow the Contractor to cancel a training day by providing 48 hours notice to the CSC-National Training Academy. Under such circumstances, the Contractor must propose a make up-date for the cancelled training day.

    1.4.5 Security Requirements:

    There are no security requirements associated with this requirement.

    2. Criteria for assessment of the statement of capabilities (Minimum essential requirements):

    Any interested suppliers must demonstrate by way of a statement of capabilities that they meet all of the following requirements:

    2.1 The Supplier must demonstrate that they have a minimum of an eight (8) bay range facility with a minimum length of fifty (50) meters.

    2.2 The Supplier must have a minimum of two (2) years experience, obtained within the last five (5) years prior to the ACAN closing date, in providing outdoor firearms ranges services with the required minimum distances and surface area to accommodate the C8 carbine, 9mm Pistol and Shotgun.

    2.3 The Supplier must have a minimum of two (2) years experience obtained within the last five (5) years prior to the closing date of this ACAN, in providing firearms facility services that include; washroom facilities with hot and cold running water, a lunch room and classroom space with tables and chairs to accommodate at least 40 participants, and have provided exclusive use of a single range to a client at the time of the confirmed booking.

    2.4 The Supplier must demonstrate that they have a firearms range within 20KM from the CSC National Training Academy located at 443 Union Street Kingston, ON.

    2.5 The Supplier must demonstrate that they have a License to operate the range according to the Chief Firearms Office, Royal Canadian Mounted Police Federal Regulations

    2.6 The Supplier must demonstrate that they meet all applicable Guidelines and Legislation to operate a firearms range.

    3. Applicability of the trade agreement (s) to the procurement

    This procurement is subject to the Canadian FreeTrade Agreement (CFTA) .

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

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

    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. The period of the proposed contract delivery date

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

    11. Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $247,938.00 (GST/HST extra)

    12. Name and address of the pre-identified supplier

    Name: Frontenac Rifle and Pistol Club

    Location: 1096 Mcadoo’s Ln, PO Box 144

    Kingston, ON

    K7L 4V6

    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. The closing date and time for a submission of a statement of capabilities

    The closing date and time for accepting statements of capabilities is April 1, 2021 at 2:00 PM EDT.

    15. Enquiries and submission of statement of capabilities

    Enquiries and statement of capabilities are to be directed to:

    Christian Meghaizel, Senior Procurement Officer

    340 Laurier Avenue West

    Ottawa, ON, K1A 0P9

    Telephone: 613-996-3500

    E-mail: Christian.Meghaizel@csc-scc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)
    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Meghaizel, Christian
    Phone
    343-542-1994
    Email
    Christian.Meghaizel@CSC-SCC.GC.CA
    Address
    340 Laurier Avenue West
    Ottawa, ON, K1A 0P9

    Buying organization(s)

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

    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 - Limited Tendering
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.