Self-Contained Training Facility

Solicitation number W4938-18019S/A

Publication date

Closing date and time 2017/08/10 14:00 EDT


    Description
    Trade Agreement: WTO-AGP/NAFTA/CFTA/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    NAV CANADA
    1950 Montreal Road
    Cornwall Ontario
    Canada
    K6H6L2
    Nature of Requirements: 
    
    1. Advance Contract Award Notice (ACAN)
    
    An 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 stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.
    
    2. Definition of the requirement
    
    The Department of National Defence has a requirement for a self-contained training facility within the Ottawa, Cornwall, Montreal triangle that includes accommodations, meals, meeting rooms, IT support and shuttle service for up to 275 people during the period of September 6 to October 5, 2017.
    
    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements)
    
    -Located within the Ottawa, Cornwall, Montreal triangle
    
    Single room accommodation required for the period of September 6 to October 5, 2017 for up to 275 people as follows:
    
    -Minimum one (1) double size bed or larger per guest room
    -Private bathroom per guest room
    -Smoke free
    -Climate controlled
    -Work/desk study space
    -Weekly linen exchange as a minimum
    -Daily cleaning of bathroom and garbage service
    -Iron and ironing board
    -Internet access
    
    Meal Plan and Food Services required for the period of September 6 to October 5, 2017 for up to 275 people:
    
    - Dining location must be in close proximity to accommodation and training facilities
    -Must serve, seat and accommodate up to 275 people simultaneously in one seating
    -Twenty-one meals weekly
    -Breakfast buffet provided from 6:45am to 8:00am
    -Lunch buffet provided from 11:15am to 1:15pm
    -Dinner buffet provided from 5:30pm to 7:30pm
    -Refreshments including coffee and tea provided once per morning from 8:45am to 11:15am
    
    Training Facilities required for the period of September 6 to October 5, 2017 as follows:
    
    -All plenary rooms must include a podium, microphone, PA system, LCD projector/overhead multimedia projector, flipcharts/whiteboard
    -All lecture-style classrooms and computer labs must have work desks/chairs, podium, LCD projector/overhead multimedia projector, flipcharts/whiteboard, Defense Wide Area Network (DWAN) drop and Internet access and screen (standard audio video equipment)
    -All plenary rooms, lecture-style classrooms, instructor preparation rooms and training command centre must have DWAN drop at each workspace/desk
    -All syndicate rooms require only one (1) DWAN line for each room
    -Three (3) main plenary rooms with a capacity of 170, 100, and 270 people
    -One (1) main plenary room with a capacity of 220 people
    -Six (6) lecture-style classrooms with a capacity of 31, 31, 31, 31,31, and 25 people, with one (1) black and white DWAN connected printer for each classroom
    -Three (3) lecture-style computer labs with a capacity of 26,  26, and 16 people, with one (1) black and white DWAN connected printer for each lab
    -Seventeen (17) syndicate breakout rooms with power source, screen, DWAN drop and space for 6 persons in conference style seating
    -Thirteen (13) syndicate breakout rooms with power source, DWAN drop and space for 4 persons in office interview seating
    -Two (2) syndicate breakout rooms with power source, LCD projector, screen (standard audio video equipment), flipchart/whiteboard, DWAN drop and space for 6 persons in office interview or presentation seating
    -Four (4) instructor preparation rooms with work desk/seats, collaborative centralized meeting space, DWAN drops for 20, 13, 12, and 7 persons respectively, with one (1) black and white DWAN connected printer for each room
    -Video Teleconferencing enabled conference room for up to 30 people
    -Training command centre for up to 20 people that includes individual workstation/desk, common collaborative meeting space, DWAN drops, three flipcharts, one (1) black and white photocopier with scanner capabilities, one (1) DWAN connected black and white printer, one (1) shredder, and a minimum of 3 offices with closable doors
    -Eight (8) lockable filing cabinets in the training command centre and each instructor preparation room
    
    Support Facilities for the period of September 6 to October 5, 2017 as follows:
    
    -Lounge space with WiFi accessibility
    -Fitness Centre (gymnasium and weight room)
    -Self-serve laundry facilities on-site
    -Provide IT services and switch capacity for up to 275 DWAN computers
    -Provide high speed internet bandwidth with minimum 100Mbps feed capacity
    -On-site security including security guards, internal and external camera monitoring, locked external doors and key/key card entry 24/7
    -Shuttle transportation services ability to plan, coordinate and provide pick-up and delivery transportation shuttle services to the VIA Rail station or International Airport ranging between 5 and 100 person on specific dates and provide a transportation planner to work with command centre operations to plan, arrange and solve all transportation requirements in an efficient and cost-effective process
    
    4. Applicability of the trade agreement(s) to the procurement
    
    This procurement is subject to the following trade agreement(s):
    
    -Canadian Free Trade Agreement (CFTA)
    -North American Free Trade Agreement (NAFTA)
    -World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    
    5. Justification for the Pre-Identified Supplier
    
    The only known supplier of a facility meeting the specifications required is Nav Centre.  For this reason it is proposed to negotiate directly with them for this requirement.
    
    6. Government Contracts Regulations Exception(s)
    
    The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection 6(d) - only one person is capable of performing the work.
    
    7. 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 1(b)
    -North American Free Trade Agreement (NAFTA) Article 1016.2 (b)
    -World Trade Organization Agreement on Government Procurement (WTO-AGP) Article XV 1b)
    
    8. Period of the proposed contract or delivery date
    
    The proposed contract is from September 6 to October 5, 2017.
    
    9. Name and address of the pre-identified supplier
    
    Nav Centre
    1950 Montreal Road
    Cornwall, Ontario
    K6H 6L2
    
    10. 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 of this notice.  The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    11. Closing date for a submission of a statement of capabilities
    
    The closing date and time for accepting statements of capabilities is 2017-08-10 at 2:00 PM EDT. 
    
    12. Inquiries and submission of statement of capabilities
    
    Inquiries and statements of capabilities are to be directed to:
    
    Andrew Denbeigh
    Supply Specialist
    Public Works and Government Services Canada
    86 Clarence St, 2nd Floor
    Kingston, Ontario K7L 2Y8
    
    Telephone:  613-484-1586
    E-mail:  andrew.denbeigh@pwgsc.gc.ca 
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award.  However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    
    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person 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.
    
    The PWGSC 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.
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canadian Free Trade Agreement (CFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Exclusive Rights
    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Denbeigh, Andrew
    Phone
    (613) 484-1586 ( )
    Email
    andrew.denbeigh@pwgsc-tpsgc.gc.ca
    Fax
    (613) 545-8067
    Address
    Kingston Procurement
    Des Acquisitions Kingston
    86 Clarence Street, 2nd floor
    Kingston, Ontario, K7L 1X3

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Procurement method
    Non-Competitive