Accommodation and Food Support Serv

Solicitation number W6570-20CB01/A

Publication date

Closing date and time 2019/12/19 14:00 EST


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    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
    77 Metcalfe street
    Ottawa Ontario
    Canada
    K1P5L6
    Nature of Requirements: 
    
    Accommodation and Food Support Serv
    
    W6570-20CB01/A
    Porter, Marta M.
    Telephone No. - (613) 547-7587 (    )
    Fax No. - (613) 545-8067 (    )
    
    1. Advance Contract Award Notice (ACAN) Explanation
    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.
    
    2. Requirement 
    The Department of National Defence (DND) has a requirement for the provision of accommodations, meals and related services for up to eighty (80) students at any one time, in support of the Canadian Forces School of Aerospace Control Operations (CFSACO), Cornwall, Ontario, for an initial period from 01 April 2021 to 31 March 2024 with the option to extend the term of the contract by up to three (3) additional one (1) year periods.
    
    2.1 Background
    CFSACO provides the Canadian Armed Forces (CAF) with initial and mandated refresher training of Aerospace Control Officers (AEC) and Aerospace Control Operator (AC Op) occupations.
    
    In 1979, CAF commenced Military Air Traffic Controller (ATC) training in cooperation with Transport Canada at the Transport Canada Training Institute. The facility situated at 1950 Montreal Road, Cornwall, Ontario, is now owned and operated by NAVCAN. The change in ownership followed the privatization of air navigation services and the subsequent sale of infrastructure to the Contractor in 1996. Despite the change, Military ATC training continued throughout the transition and is ongoing. It is intended to continue to provide these training services from 1950 Montreal Road, Cornwall, Ontario for the duration of the Contract period, at which time it may be relocated to a CAF base site.
    
    The amalgamation of the Air Weapons and Air Traffic Control occupations in 1997 brought additional training requirements to the Institute, as well as a new name, Canadian Forces School of Aerospace Control Operations (CFSACO).
     
    3. Criteria for Assessment of the Statement of Capabilities
    
    3.1 Minimum Essential Requirements:
    
    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:
    
    General
    3.1.1.  The accommodations and meal services must be supplied from within a building (or conjoined buildings) that is/are within an area requiring no greater than 10 minutes travel (by foot or Contractor supplied transportation) and at a distance no greater than 5 km from 1950 Montreal Road, Cornwall, Ontario. 
    
    3.1.2. Students must be capable of traveling from 1950 Montreal Road to the proposed accommodations, consuming breakfast, lunch or dinner and returning to 1950 Montreal Road within one hour total, in order to obtain meals and return to their scheduled training.
    
    3.1.3.  Students must be capable of traveling from 1950 Montreal Road to the accommodations /meals (and vice-versa) within twenty (20) minutes round trip, for meals and to attend class and training within the core training schedule of 0800 through to 1600 (Monday through Friday).  Students must also be capable of the same travel outside of the core training schedule in order to complete additional studies, conduct supplementary training exercises and attend to CAF-related duties at the students’ discretion. 
    
    3.1.4.  The accommodations and meal services must be provided from within the same building and must have the capacity to simultaneously supply services to eighty (80) students for the duration of any period of time.
    
    Accommodation Services
    3.1.5.  Individual accommodations with housekeeping services included, consisting of private rooms of at least 130 square feet each, with a private washroom (that must include shower, toilet and sink).  Accommodations to include a minimum of the following furnishings: a double bed, a desk and task chair, television including cable and internet access, clothes dresser and a phone that’s capable of making local/room-to-room calls only.  Housekeeping should be conducted on a weekly basis. It’s required that students must have access to laundry facilities, iron and ironing board.
    
    3.1.6. Access to recreational facilities within the building (or conjoined buildings) for physical activity including access to various cardio and weight training machines, accommodating a minimum of 20 students at a time. Minimum hours of accessibility are from 0600 to 2200 hours every day.
    
    Meal Services
    3.1.7.  All meals and meal selections provided must be balanced, fresh, include hot entree options and meet DND minimum standards.  They must be made available through a cafeteria and/or buffet style service to students for three meals daily, seven days per week throughout the period of the Contract and option periods.  Should accommodate justifiable or reasonable dietary restrictions/requirements from students.
    
    3.1.8.  The meal services must be provided and be available to students at minimum for the following periods:
    
    Breakfast: Monday to Friday 6:30 a.m. to 8:00 a.m., Saturday and Sunday 8:00 a.m. to 10:00 a.m.
         
    Lunch: Monday to Friday 11:30 a.m. to 1:00 p.m., Saturday and Sunday 11:30 a.m. to 1:30 p.m.
         
    Dinner: Monday to Friday 5:00 p.m. to 7:30 p.m., Saturday and Sunday 5:30 p.m. to 7:30 p.m.
    
    4.            Applicability of Trade Agreements
    The requirement is subject to the following Trade Agreements:  
    
    Canadian Free Trade Agreement (CFTA), 
    World Trade Organization - Agreement on Government Procurement, 
    Canada-Europe Union Comprehensive Economic and trade Agreement (CETA),
    Canada-Korea Free Trade Agreement (CKFTA)
    Canada-Chile Free Trade Agreement
    Canada-Columbia Free Trade Agreement
    Canada-Panama Free Trade Agreement
    Canada-Honduras Free Trade Agreement
    Canada-Peru Free Trade Agreement
    Canada-Ukraine Free Trade Agreement
    Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
     
    5.           Justification for the Pre-Identified Supplier
     The Department of National Defence delivers training for the Aerospace Control (AEC) and Aerospace Control Operator (AC Op) occupations at the NAV Canada facility located at 1950 Montreal Road in Cornwall Ontario.  Accommodations and meal services that can be delivered in a setting, where students can attend classes, obtain meals, obtain accommodations related services and use fitness facilities is required to maintain the effectiveness of the training program.  Students require the ability to move between all services and facilities within a short period of time in order to manage their studies and needs with flexibility and efficiency.  
     
    NAV Canada is the only known organization that can support this setting, as it provides accommodations, meals and accommodations-related services in a building/conjoined buildings that are within an area and distance that allows students to move from accommodations, meals and fitness facilities to courses and training facilities within five minutes walking distance.  NAV Canada accommodations and meals are also located in buildings that are joined to one another, allowing students to travel from one service to another indoors, in a climate-controlled area.
    
    6.           Government Contracts Regulations Exception
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - "Only one person or firm is capable of performing the contract."
    
    7. Exclusions and/or Limited Tendering Reasons
    The following exclusion(s) and/or limited tendering reasons are excluded under the section of the trade agreement(s) specified:
    World Trade Organization Agreement on Government Procurement (WTO-AGP) - Article XV, (1b) when, for works of art or for reasons connected with protection of exclusive rights, such as patents or copyrights, or in the absence of competition for technical reasons, the products or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists;
    
    Canadian Free Trade Agreement (CFTA) - Article 513, 1b(iii) where the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist due to an absence of competition for technical reasons;
    
    Canada-Korea Free Trade Agreement (CKFTA) - Article 16.10b (iii) the procurement can be carried out only by a particular supplier and a reasonable alternative or substitute does not exist because of the absence of competition for technical reasons;
    
    Canada-Chile Free Trade Agreement - Article Kb-09 (1b), where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists;
    
    Canada-Colombia Free Trade Agreement - Article 1409 (b iii), Where the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist due to an absence of competition for technical reasons;
    
    Canada-Panama Free Trade Agreement - Article 16.10 1b(iii) Provided that a procuring entity does not use this provision to avoid competition among suppliers, to protect domestic suppliers, or in a manner that discriminates against suppliers of the other Party, the procuring entity may contact a supplier of its choice and may choose not to apply Articles 16.06, 16.07, 16.08, 16.09 and 16.11 only under the following circumstances, if the procurement can be carried out only by a particular supplier and a reasonable alternative or substitute does not exist because of the absence of competition for technical reasons;
    
    Canada-Honduras Free Trade Agreement - Article 17.11 2b(iii), the procuring entity may award a contract by limited tendering or other equivalent tendering procedures if a good or service being procured can be supplied only by a particular supplier and a reasonable alternative or substitute does not exist because there is an absence of competition for technical reasons;
    
    Canada-Ukraine Free Trade Agreement - Article 10.13 1b(iii) 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: due to an absence of competition for technical reasons;
    
    Comprehensive Economic and Trade Agreement (European Union) - Article 19.12 1b(iii), 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: due to an absence of competition for technical reasons;
    
    Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) - Article 15.10b(iii), 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: due to an absence of competition for technical reasons.
    
    8. Period of the contract  
     01 April 2021 to 31 March 2024.
    
    9. Cost estimate of the proposed Contract including option(s), is
    $14,849,846.00inclusive of GST/HST.
    
    10. Name and Address of the Pre-Identified Supplier
    NAV CANADA
    1950 Montreal Road
    Cornwall, Ontario
    K6H 6L2
    
    11. Supplier’s right to submit a statement of capabilities
    Suppliers who consider themselves fully qualified and available to provide the services and/or 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.
    
    12. The closing date for a submission of a statement of capabilities:
    The closing date and time for accepting statement of capabilities is December 19, 2019 at 2:00 p.m.
    
    13. Inquiries and submission of statements of capabilities
    Inquiries and statement of capabilities are to be directed to:
    Marta Porter
    Supply Team Leader
    86 Clarence St. 2nd Floor, Kingston, Ontario  K7L 1X3
    Telephone:  613-547-7587 Cell:  613-328-6498
    Facsimile:  613- 545-8067
    E-mail:   marta.porter@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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • 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

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Porter, Marta M.
    Phone
    (613) 547-7587 ( )
    Email
    marta.porter@pwgsc.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

    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)
    Procurement method
    Non-Competitive

    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: