Sleep Apnea Link Program

Solicitation number 21401-27-4034101

Publication date

Closing date and time 2022/04/05 14:00 EDT


    Description

    Sleep Apnea Program, Ontario

    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:

    COVID-19 vaccination requirement

    This requirement is subject to the COVID-19 Vaccination Policy for Supplier Personnel. The supplier must complete the COVID-19 Vaccination Requirement Certification and provide it to the contracting Authority prior to contract award.

    The Correctional Service Canada has a requirement to provide Continuous positive airway pressure (CPAP) or Auto titrating positive airway pressure (APAP) machines and related care.The work will involve the following:

    1.1 Objectives:

    to provide care for offenders with moderate to severe sleep apnea at all institutions in the Ontario region.

    1.2 Tasks:

    The Contractor must:

    • Provide Obstructive Sleep Apnea testing to federally institution offenders.
    • Provide as required Resmed Apnea Link equipment.
    • Provide one hour training of Apnea Link at each correctional facility once per site over the term of the contract at the request of the project authority.
    • Cover all maintenance costs, including replacement of probes with normal wear and tear.
    • Interpret Apnea Link data, and prescription from a qualified sleep physician. Prescription will be actioned and machine will be set up accordingly. All fees included in referral rate.
    • Cover all shipping and downloads cost.
    • Cover all Auto CPAP study costs.
    • Educate patient on how to use and take care of auto equipment, include mask satisfaction.
    • Download data from Auto CPAP, all fees included in referral rate.

    1.3 Expected results:

    To support the Correctional Service Canada’s requirement to care for offenders with moderate to severe sleep apnea at all institutions in the Ontario Region.

    1.4 Performance standards:

    • To meet CSC’s mandate to implement primary health care and essential health services at all stages of an offender’s sentence: in particular the provision of care to offenders with moderate to severe sleep apnea in accordance with acceptable professional medical standards.

    1.5 Deliverables:

    1.5.1 to support the provision of quality sleep apnea care to the offender population in accordance with professionally accepted standards including relevant reports and findings related to the provision of this care to offenders.

    1.5.2 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).

    1.6 Constraints:

    1.6.1 Location of work:

    a. The Contractor must perform the work at all Federal Correctional sites in the Ontario Region:

    b. Travel

    ii. No travel is anticipated for performance of the work under this contract.

    1.6.2 Language of Work:

    The contractor must perform all work in English.

    1.6.3 Security Requirements:

    This contract includes the following security requirements:

    The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC).

    1.1.2 The Contractor/Offeror personnel requiring access to PROTECTED information, assets or sensitive site(s) must EACH hold a valid RELIABILITY STATUS, and all others must have a valid SITE ACCESS clearance, granted or approved by the CSP, PWGSC.

    1.1.3 The Contractor/Offeror MUST NOT remove any PROTECTED information or assets from the identified site(s), and the Contractor/Offeror must ensure that its personnel are made aware of and comply with this restriction.

    1.1.4 Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of the CSP, PWGSC.

    1.1.5 The Contractor/Offeror must comply with the provisions of the:

    a) Security Requirements Check List and security guide (if applicable), attached at Annex C;

    b) Contract Security Manual (Latest Edition).

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

    Any interested supplier must demonstrate by way of a statement of capabilities that it can provide a resource that meets all of the mandatory technical evaluation criteria for Sleep Apnea Link Programs;

    M1 - Proposals must demonstrate that they have personnel certified with the Board of Registered Polysomnographic Technologists. Proposals must include a proof of current certification.

    M2 - Proposals must demonstrate they have a Physician qualified as a Sleep Specialist in order to interpret the resulting reports and prescriptions. Bidders must provide a current copy of the license with their bid. This license must be in good standing from the Provincial Licensing body for Physicians and Surgeons in the Province of Ontario.

    M3 - Proposals must demonstrate that the bidder has a minimum of one (1) year experience with Apnea Link and Ambulatory Monitoring Systems.

    M4 - Confirmation letter to be provided as requested in Article 3 Insurance Requirement under Part 4 – Evaluation Procedures and Basis of Selection.

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

    This procurement is not subject to any trade agreement.

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

    This procurement is not subject to any set-asides for Indigenous 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:

    This procurement is not subject to any trade agreement.

    9. Ownership of Intellectual Property

    There are no intellectual property terms in the contract.

    10. Period of the proposed contract or delivery date

    The proposed contract is for a period of 1 year, from April 7, 2022 to April 6, 2023 with an option to extend the contract for 4 additional 1 -year periods.

    11. Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $227,750.50 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name:Quinte CPAP

    Address: 23 Balsam Street, Unit 3

    Trenton, Ontario

    K8V 4T5

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

    The closing date and time for accepting statements of capabilities is April 5, 2022 at 2:00 PM EST.

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Danielle Murdoch, A/Regional Contract Administrator

    Correctional Service Canada, Ontario Region

    P.O Box 1174, 445 Union Street West

    Kingston, Ontario

    K7L 4Y8

    Telephone: 343-422-4831

    Facsimile: 613-536-4571

    Email: danielle.murdoch@csc-scc.gc.ca

    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
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Murdoch, Danielle
    Phone
    613-545-8266
    Email
    danielle.murdoch@csc-scc.gc.ca
    Address
    445 Union Street
    Kingston, ON, K7L 4Y8
    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
    Canada
    Procurement method
    Competitive - Limited 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: