Fishery Officers Cadets Training

Solicitation number FP859-221598/A

Publication date

Closing date and time 2022/04/12 13:00 EDT


    Description
    Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK
    Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Holland College
    66 Argus St.,
    POBox 156
    Slemon Park Prince Edward Island
    Canada
    C0B2A0
    Nature of Requirements: 
    
    FP859-221598/A
    Stockman (MCT), Sonia
    Telephone No. - (506) 961-7412 
    Fax No. - (506) 851-6759 
    
    GSIN: U006C
    
    Advance Contract Award Notice (ACAN)
    
    Title: Fishery Officers Cadets Training
    
    1. Advanced Contract Award Notice (ACAN)
    
    The Department of Fisheries and Oceans  has a requirement for a learning institution that can provide Fishery Officers Cadet Training. The purpose of this Advance Contract Award Notice (ACAN) is to signal the government's intention to award a contract for these services to Atlantic Police Academy. Before awarding a contract, however, the government would like to provide other suppliers with the opportunity to demonstrate that they are capable of satisfying the requirements set out in this Notice, by submitting a statement of capabilities during the 15 calendar day posting period.
    
    If other potential suppliers submit a statement of capabilities during the 15 calendar day posting period that meet the requirements set out in the ACAN, the government will proceed to a full tendering process on either the government's electronic tendering service or through traditional means, in order to award the contract.
    If no other supplier submits, on or before the closing date, a statement of capabilities meeting the requirements set out in the ACAN, a contract will be awarded to the pre-selected supplier.
    
    2. Definition of the requirement
    
    Background information:
    
    Fisheries and Oceans Canada (DFO) Fishery Officer Program was implemented in 1868. Since its inception, Canadians have depended on Fishery Officers to protect the oceans that surround this country, and the rich resources that they provide.  
    
    The Conservation and Protection Directorate (C&P) of DFO is responsible for the Recruitment and Training program for the Department’s Fishery Officers. C&P has a  need to identify a new institution that can work with the Department to customize, host, and deliver Law Enforcement Training for up to 300 new Fishery Officers over a 3-year period.
    
    Requirement:
    
    Canada has relied on our Fishery Officers since 1868 to protect our oceans and their rich resources. Fishery Officers require extensive training to safely and effectively do their work.  
    
    Currently the Fishery Officer Cadet Training program consists of two parts. The first part is called the Orientation Course for Fishery Officers. It is intended to give the new cadet the knowledge they require to be a Fishery Officer. This training is delivered by experienced DFO staff who are considered subject matter experts in their domain. 
    
    Fishery Officers are recognized as Peace Officers under section 2 of the Criminal Code of Canada and they carry firearms and other Use of Force Equipment. In addition, fisheries-related offence investigations are conducted similarly to any other law enforcement investigation. 
    
    The Orientation Course for Fishery Officers (delivered by DFO) is approximately seven weeks long, while the Enforcement Course (delivered by the supplier) is approximately nine weeks. This totals 16 weeks in duration for Fishery Officer Cadet Training (FOCT).
    
    The contractor would host the complete 16-week FOCT on their premises in person and would develop and deliver tailored (to C&P) content for the Enforcement Course portion of the training. This tailored content would be developed by the contractor in consultation with the Department. 
    
    3. Criteria for assessment of the Statement of Capabilities
    (Minimum Essential Requirements)
    
    Any interested supplier must demonstrate by way of a statement of capabilities and include documentation to support their responses that it meets the following requirements:
    
    3.1 The learning institution must have onsite facilities within Canada to support training of multiple cohorts of Fishery Officer Cadets per year, be an established Law Enforcement training program, a Curriculum Design Unit, and a cadre of experienced Law Enforcement Instructors to deliver training in both official languages (English and French) and certify new Fishery Officers in the following Law Enforcement Training areas:
    
    -Basic Firearms Users Course for Pistol, Shotgun and Rifle;
    -Use of Force / Police Defensive Techniques;
    -Police Science / Investigative Techniques Training
    -Emergency Vehicle Operators Training
    -Military Drill and Deportment 
    
    3.2 A learning institution that has (or has access to) training facilities to deliver the training courses to a cohort of up to 32 trainees at one period of time and up to six instructors supplied by DFO. The Contractor would be required to provide dedicated facilities to DFO for the duration of the onsite training delivery. 
    
    3.3 The location of the onsite training provided by the Contractor is required to be within a 30 minute drive of a body of water (ocean, lake or river). To deliver Boat Operator Training, the body of water must be a minimum of eight square kilometers (2 KM x 4 KM) in size, and be ice-free for a minimum of eight months per year.
    
    3.4 The Contractor must be a learning institution that has an established Law Enforcement Training Program which provides training to various Law and/or Regulatory Enforcement Groups such as Conservation/Wildlife Protection, Police, Corrections and Sherriff.
     
    o The Contractor must be able to demonstrate that their Law Enforcement Training Program has been delivered and accepted by at least three recognized Canadian Law Enforcement Agencies (police or conservation focused law enforcement organization) for a minimum of five years.  
    o The Contractor must be able to certify the training they provide in the Law Enforcement Training modules, and assume all risks and liabilities associated with any deficiencies determined to be associated with such training in the event of complaints, inquiries or court proceedings. 
    o The Contractor must have a Curriculum Design Unit that will provide dedicated support to C&P 
    o The Contractor must have the required number of experienced Law Enforcement Training Instructors to ensure the appropriate ratio of 1:8 or three instructors per 32 cadets is acquired to safely and effectively deliver the training. These instructors  will have a minimum of three years’ experience delivering Law Enforcement Training with a recognized Law Enforcement organization and/or a Law Enforcement Training Facility.
    o The Contractor must provide the required number of instructors to respect the instructor to student ratio, and must not rely on the assistance of C&P Instructors to deliver the training. The ratio is 1:8 or three instructors per 32 cadets.
    o The Contractor must be able to effectively deliver training in both English and French.  
    o The Contractor will need to provide assurance that all requirements under applicable occupational health and safety legislation will be met for the facilities being used for the delivery of these services
    
    3.5 Training Facility:
    
    The Contractor must have (or have access to) facilities that are designed to accommodate a group of up to 32 Fishery Officer cadets and six instructors at a time. The specific requirements are:
    
    Classroom Space
    o A classroom equipped with desks and chairs for participants and instructors, a computer, and proper audio/visual equipment to facilitate classroom presentations;
    
    o Access to four smaller meeting rooms that are in close proximity to the main classroom to facilitate smaller group project work;
    
    o The Contractor must provide an adequate firearms range classroom at, or within a five minute walk of the firearms range
    
    
    Firearms Range and Training:
    
    o Must be the primary range for C&P firearms training for the duration of the contract and be within a 20 minute walk of the primary onsite training facility. 
    o The firearms range can be indoors or outdoors, but must be a minimum of 50 meters long and allow firearms calibers (9mm pistol, 12 gauge shotgun, 308 caliber rifle).
    o Each lane must be at minimum 1.5 m wide.
    o If an outdoor range is provided, it must have a shooting platform that is covered
    and off the ground, be a minimum of 4’ 11” wide, 4 inches off the ground, and be able to accommodate shooting positions including standing, barricade, prone and kneeling.
    o The Contractor must provide all additional training equipment including but not limited to paper targets, target stands, barricades, and staplers. 
    o The Contractor must provide a storage area at the firearms range that is large enough to store all  equipment required to deliver the firearms training. 
    
    Firearms Storage Facility:
    
    o The space must have humidity control.
    o The space must meet the provincial and national regulations for firearms storage.
    o The dedicated space must be sufficient for 32 recruits and 4 trainers for the cleaning of firearms in the vicinity of the firearms vault that includes tables.
    o The space must be within a 10-minute drive or less to the primary training center.
    
    Synthetic firearms training:
    
    The Contractor must have (or access to) a synthetic firearms training facility or equipment which will  be used as part of the firearms training program. 
    
    Use of Force Training Room and Equipment:
    
    The Contractor will have (or access to) a dedicated gym space and use of force training equipment appropriate to deliver the Use of Force (Police Defensive Techniques) Training. This room must be able to accommodate groups of up to 36 individuals at a time and be equipped with training mats that meet the professional standards style of Martial Arts mats. 
    
    o The ceiling height needs to be higher than 10 feet and accommodate personal space of 4’ x 4’ for each of the 36 individuals. The Contractor must also supply all use of force training equipment that is required. Equipment must be replicas of the use of force equipment that C&P provides their Fishery Officers
    
    
    
    Driving Training Facility and Vehicles
    
    o The Contractor must have (or access to) a driving training facility and have (or access to) vehicles to deliver driving training. The training will consist of Emergency Vehicle Operators course, Off Road Vehicle Driving and Trailer hook up and towing training.
    Fitness Gym
    
    o The Contractor must have a fitness gym that can be accessed within the hours of 0600 hours to 2100 hours, seven days a week, that includes both cardio and weight equipment.
    
    Parade and graduation space:
    
    o The Contractor must have (or access to) an indoor  space that can be used for the purpose of delivering military drill training and to host a Graduation ceremony. The space must  accommodate up to 130 people for a Graduation ceremony, and must allow space for troops of 32 (4 persons wide by 8 rows) to perform military drill maneuvers.
    Office Space
    o The Contractor must be able to provide a secured and dedicated office large enough for four DFO staff, including desks, chairs, and printer access.
    
    Equipment Storage Facility:
    
    o The Contractor must be able to provide a dedicated secured equipment storage room with shelving that has a minimum of 900 square feet (30ft x 30ft) or a combination of rooms (close to each other) that would provide this square footage. This space must be secure and dedicated only to C&P for the duration of the contract.
    
    Internet access (WIFI or LAN drops);
    
    o Internet service must be provided by the Contractor for training participants in all parts of the onsite training facility.
    Parking
    
    o Parking must be available for C&P training participants and instructors, as well as up to four additional vehicles linked to the delivery of the training.
    
    
    3.6  Lodging and Meal facilities:
    
    The Contractor must provide Lodging and Meal Services during the periods of on-site training, or if not, the training facilities which the Contractor intends to use must be within walking distance from a facility that can provide this service to a group of up to 38 individuals at a time (32 trainees and six instructors).
    
    3.6.1 Lodging facility:
    
    The accommodations must consist of individual rooms and can be equipped with either single or double shared washrooms. Accommodations must include all bed linen, face cloths and towels.
    
    Accommodations need to be situated within ten minute walking distance to the various training facilities (gym, simulation space, classrooms), the location where meals will be served, have laundry, parking, internet, and be within a 20 minute walk to the firearms range.
    
    The training or accommodation facility must have a dedicated place of worship accessible to the Cadets
    
    The Contractor must provide cleaning services, supplies and equipment including vacuum cleaners and garbage removal when required. The Contractor must provide cleaning services at a minimum of once per week including but not limited to linen change, cleaning of all washrooms, and cleaning of common areas.
    
    3.6.2 Meals:
    
    The Contractor must be able to provide three hot meals per day (breakfast, lunch and dinner) and a take-away evening snack. This service would be required seven days per week and meals must be served to the complete group in one sitting. 
    
    The Contractor must provide take-away meals for Fishery Officer Cadets for remote training sessions such as Boat Operator training or firearms range delivery days.
    
    3.7 Training material
    
    All of the training modules developed and delivered by the new contractor must be aligned with Canadian industry practice and must be approved by C&P. The final training materials, in English , need to be completed no later than August 15, 2022 in order to be ready to deliver the first training session on or before September 1, 2022.
    
    3.8 Delivery of Training Course
    
    The following are the anticipated start dates of each training session for the duration of the contract:
    
    2022
    September to December, 2022
    
    2023 (one session to be delivered in French)
    January to April, 2023
    March/April to June /July, 2023
    September to December, 2023
    
    2024 (one session to be delivered in French)
    January to April 2024
    March/April to June/July, 2024
    September to December, 2024
    
    2025
    January  to April, 2025
    
    4. Applicability of the trade agreement(s) to the procurement
    This procurement is subject to the following trade agreements:
    • Canadian Free Trade Agreement (CFTA)
    • World Trade Organization Agreement on Government Procurement (WTO-AGP)
    • Comprehensive Economic and Trade Agreement (CETA)
    • Canada-Chile Free Trade Agreement
    • Canada-Colombia Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canada-Korea Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Peru Free Trade Agreement
    • Canada-UK Trade Continuity Agreement
    • Canada-Ukraine Free Trade Agreement
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    
    5. Set-aside under the Procurement Strategy for Aboriginal Business
    Not applicable.
    
    6. Comprehensive Land Claims Agreement(s)
    Not Applicable.
    
    7. Justification for the Pre-Identified Supplier
    The Pre-Identified supplier Atlantic Police Academy (Holland College), is the only known supplier that can provide customized Fishery Officer Training that meets all the minimum essential requirements described in this ACAN. 
    
    8. Government Contracts Regulations Exception(s)
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) Only one person is capable of performing the contract.
    
    9. Exclusions and/or Limited Tendering Reasons
    -Canadian Free Trade Agreement (CFTA) Article 513 1.b(iii)  Limited Tendering: 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 reason: (iii) due to an absence of competition for technical reasons.
    - World Trade Organization Agreement on Government Procurement (WTO-AGP) Article XIII 1.b.iii - Limited Tendering - where 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.
    -Comprehensive Economic and Trade Agreement (CETA) European Union Article 19.12: Limited Tendering
    -Canada-Chile Free Trade Agreement Article Kbis-09: Tendering Procedures
    -Canada-Columbia Free Trade Agreement Article 1409: Limited Tendering
    -Canada-Honduras Free Trade Agreement Article 17.11: Limited Tendering
    -Canada-Korea Free Trade Agreement Article 14.3 (1): Scope
    -Canada-Panama Free Trade Agreement Article 16.10: Limited Tendering
    -Canada-Peru Free Trade Agreement Article 1409: Limited Tendering
    -Canada-UK Trade Continuity Agreement, European Union Article 19.12 Limited Tendering
    -Canada-Ukraine Free Trade Agreement Article 10.13 Limited Tendering
    -Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) Article 15.10 Limited Tendering
    
    
    10. Ownership of Intellectual Property
    The Contractors agrees to give C&P all training modules that will be used in the delivery of the FOCT, including modules that are newly created  or modified 
    
    The Contractor also agrees that at the conclusion of this contract C&P will be able keep possession of all training modules that were used, created or modified for the purpose of delivering the FOCT. 
    
    11. Security Requirement
    
    This contract does not contain a security requirement.
    
    12. Period of the Proposed Contract
    
    The period of contract is from contract award to April 30, 2025.
    
    13. Estimated Cost
    
    The estimated value of the contract in Canadian dollars is $5,490,909.00.
    
    14. Name and Address of the Pre-Identified Supplier
    
    Holland College
    Atlantic Police Academy
    66 Argus Avenue
    Slemon Park, PE C0B 2A0
    
    15. 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.
    
    16. Closing Date and time for Submissions:
    
    The closing date and time for accepting statements of capabilities is April 12, 2022 at 2:00 pm ADT. 
    
    
    17. Inquiries and submission of statement of capabilities:
    
    Inquiries and statements of capabilities will only be accepted by email to:
    
    Sonia Stockman, Supply Specialist
    Public Services and Procurement Canada
    sonia.stockman@pwgsc-tpsgc.gc.ca 
    
    Documents may be submitted in either official language of Canada.
    
    Canada retains the right to negotiate with suppliers on any procurement.
    
    
    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.

    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
    Stockman (MCT), Sonia
    Phone
    (506) 961-7412 ( )
    Email
    sonia.stockman@pwgsc-tpsgc.gc.ca
    Fax
    (506) 851-6759
    Address
    1045 Main Street / 1045, rue Main
    Moncton, New Bruns, E1C 1H1

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    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
    Prince Edward Island
    Procurement method
    Competitive – Selective 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: