Level I and level II Thermography Certification courses

Solicitation number 30000177

Publication date

Closing date and time 2022/03/11 14:00 EST

Last amendment date


    Description

    NOTICE OF REQUEST FOR STANDING OFFER (RFSO)

    Solicitation #: 30000177 Closing Date: March 11, 2022 Time: 2:00 pm Eastern Standard Time (EST).

    This requirement is for the Department of Fisheries and Oceans Canada.

    TITLE: Level I and level II Thermography Certification courses

    Comprehensive Land Claims Agreement (CLCA): not applicable

    BACKGROUND

    The Canadian Coast Guard – Certified Thermography Training is essential for Canadian Coast Guard officers to carry out predictive maintenance inspections.

    The Canadian Coast Guard (CCG) has a requirement to perform thermography inspections on CCG vessels. Coast Guard operational personnel will be conducting these inspections and require certified training.

    The thermography training will be procured on as when requested basis by the CCG in British Columbia, Ontario, Quebec, Newfoundland, and Nova Scotia by regional or national training coordinators.

    At the present time there are approximately 73 CCG employees which will represent the initial training to be scheduled. Ongoing training will also be needed as new people move into the respective roles.

    The expected timeframe for thermography training will be on a continuous basis.

    The objective of this contract is to provide Certified Thermography Training to the Canadian Coast Guard for the period from date of award to March 31, 2024 with options to extend the contract period for an additional two (2) one (1) year periods to an estimated 50 students per year. Canadian Coast Guard employees will receive training in French or English, depending on the language preferred.

    METHOD AND SOURCE OF ACCEPTANCE

    The Project Authority must have the right to reject any service that is not considered satisfactory and in accordance with the below requirements:

    1. Standards and training material compliant for Thermography courses with ANSI/ASNT CP-105 & CP-189 of the American Society for Non-Destructive Testing.
    2. The contractor must be registered in ISO-9001 for the Quality management of their thermography course offerings.
    3. The Bidder must be NETA accredited in IR thermography training.
    4. Must have established level I and II Thermography Certification courses offered in English and French, online or in person in Canada.
    5. Must offer custom onsite level I and II Thermography Certification courses with instructors online or in person which can be organized for groups of CCG employees.
    6. Online courses must be live, interactive synchronous learning.
    7. Training must allow the recipient to use any IR camera, model, or manufacturer.
    8. The contractor must provide the above interactive courses in English and French.

      All certificates must be supplied to the students as described in deliverables.

      SPECIFICATIONS AND STANDARDS

      The Contractor must be registered with ISO-9001 quality standard and be NETA accredited in IR thermography training. The training sessions and materials provided by the Contractor must be the latest and current version standards and training requirement set by ANSI/ASNT CP-105 & CP-189 of the American Society for Non-Destructive Testing. Previous versions and methods will not be accepted.

      The Canadian Coast Guard needs to provide training in both official languages and therefore, the Contractor must be able to provide training and all course material in both English and French.

      LANGUAGE OF WORK

      The instructor(s) provided by the Contractor must be fluent in English or French to provide training modules. Fluent is defined as Written, Verbal, and Comprehension at an intermediate or advance level.

      Mandatory Criteria

      The bid must meet the mandatory criteria set out below. The Bidder must provide the necessary documentation to support compliance. Bids which fail to meet the mandatory criteria will be declared non-responsive. Mandatory criteria are evaluated as either a “Yes” or a “No”. The contract will be awarded to the bidder that has met these requirements and has the lowest tendered prices.

    M1

    Within the bid submission, the Bidder MUST provide documented proof that the proposed institution is currently NETA accredited for receiving continuing education credits for IR thermography training.

    *Documented proof must be submitted with proposal

    M2

    Within the bid submission, the bidder MUST provide proof that all instructors are ASNT Level III certified by the organization.

    *Documented proof must be submitted with proposal using resumes of instructors with ASNT certifications attached.

    ASNT – American Society of Nondestructive Testing

    M3

    Within the bid submission, the Bidder MUST provide documented proof that they have established level I and II Thermography Certification courses offered in English and French and have already delivered these courses in French and English. The Online courses must be live, interactive, synchronous learning in both French and English. (not pre-recorded).

    *Documented proof must be submitted with proposal with proof of course accreditations as described in SOW section 9 and proof of delivery as described below:

    Note: Provide proof for Online courses only. One example must be provided for both French and English courses delivered. The Bidder should provide the following details:

    1. The name of the client / representative or class list

    a) Names of client or students

    2. The total number of participants in the online live and interactive course.

    3. The start and end dates of each course in the following format: MONTH (MM) AND YEAR (YYYY).

    4. The date the courses went into service in the same format as above.

    5. Details about the Instructors qualifications for Both English and French course delivered.

    6. For proof of delivery , copies of bills of sale.

    7. Title/Role/experience of Instructors that will participate with ongoing live and interactive online thermography level one courses.

    M4

    Within the bid submission, the Bidder MUST provide documented proof that they can provide custom onsite level I Thermography Certification courses with instructors online live or in person synchronous learning which can be organized for groups of CCG employees.

    *Documented proof must be submitted with proposal of at least one custom course that has been delivered in the past five years from the time of the contract response closing date.

    The Bidder should provide the following details:

    1. The name of the client / representative or class list

    a) Names of client or students

    2. The total number of participants in the custom onsite course.

    3. The start and end date of the course in the following format: MONTH (MM) AND YEAR (YYYY).

    6. For proof of delivery , copies of bills of sale.

    7. Title/Role/experience of Instructors that have participated in custom onsite level I Thermography Certification courses.

    LOCATION OF WORK

    The training must be delivered online or on site across the country at locations offered by the contractor or site specific courses if requested by Coast Guard.

    STANDING OFFER PERIOD

    Date of award to March 31, 2024

    OPTION TO EXTEND THE STANDING OFFER:

    The Contractor grants to Canada the irrevocable option to extend the term of the Standing Offer(s) by up to two (2) option years under the same conditions. 

    TRAVEL AND LIVING EXPENSES

    DFO/CCG will not reimburse the Contractor for any Travel and Living Expenses incurred by its resource(s) in the performance of any work described in this Statement of Work. Any travel and living expenses incurred by the Contractor are the sole responsibility of the Contractor.

    SECURITY REQUIREMENTS

    There is no security requirement for this contract.

    Martin Larocque

    Contracting Officer,

    Materiel and Procurement Services, 
    Fisheries and Oceans Canada / Government of Canada
    Martin.Larocque@dfo-mpo.gc.ca / Tel: 819-454-2077

    Agent de contrat,

    Services de la gestion du matériel et des acquisitions,
    Pêches et Océans Canada / Gouvernement du Canada
    Martin.Larocque@dfo-mpo.gc.ca / Tél. : 819-454-2077

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • General Agreement on Tariffs and Trade (GATT)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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
    Larocque, Martin
    Phone
    819-454-2077
    Email
    Martin.Larocque@dfo-mpo.gc.ca
    Address
    200 Kent Street
    Ottawa, Ontario, K1A 0E6

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    English
    3
    001
    French
    0
    000
    English
    7
    000
    French
    2

    Access the Getting started page for details on how to bid, and more.

    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
    Request for Standing Offer
    Language(s)
    French, English
    Region(s) of delivery
    Canada
    Region of opportunity
    Canada
    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: