Acces to fire fighting and damage control training facility
Solicitation number W0106-13R206/A
Publication date
Closing date and time 2013/05/21 14:00 EDT
Description
Trade Agreement: NAFTA/AIT/Canada-Peru FTA/Canada-Colombia FTA Tendering Procedures: Attachment: None Non-Competitive Procurement Strategy: Exclusive Rights Comprehensive Land Claim Agreement: No Vendor Name and Address: COLLÈGE D'ENSEIGNEMENT GÉNÉRAL ET PROFESSIONNEL DE RIMOUSKI 2965 rue de l'Etchemin St-Romuald Quebec Canada G6W7X5 Nature of Requirements: 1. Advance Contract Award Notice 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 Requirement The Department of National Defence requires access to equipped facilities that enable Canadian Forces Fleet School (CFFS(Q)) staff to provide fire fighting and flood control training in accordance with the standards of Royal Canadian Navy (RCN) damage control schools. The facilities must also enable staff to provide sea survival and fall protection training. The training will be given to 360 recruits. CFFS(Q) must also obtain the services of support resources to provide the training. 3. Criteria for Assessment of the Statement of Capabilities Interested suppliers must demonstrate by way of a statement of capabilities that they meet the following requirements: To facilitate the daily commute of recruits, the supplier's facilities must be located less than an hour away from a military base and be able to accommodate 360 recruits between June 10, 2013 and August 30, 2013. The recruits will stay at the military base and will have to commute every day to take the training on the supplier's premises. The site layout must comply with the course standard. The course standard is a PDF document entitled "Royal Canadian Navy - Basic Military Naval Qualification." Since the document is large, it can be given to suppliers on request. The supplier's premises must include the facilities and equipment needed to provide fire fighting and flood control training in accordance with the course standard. The premises must also enable staff to provide sea survival and fall protection training. The following equipment must be provided: Four classrooms that can seat at least 20 students and include the following equipment in each class: One computer with audio One projector One screen One DVD player with audio An outdoor area for a 10 X 40-foot maritime container A parking space for 10 personal or service vehicles An outdoor area for four 20 X 20 modular tents that will be used as rest and meal areas for the recruits An indoor rest area for CFFS(Q) military staff which can accommodate at least 20 people Access to a pool for sea survival exercises Equipment to fill CO2 cylinders for 20-person rescue rafts Two 15-foot scaffolds One I beam attached to the top of each scaffold which can support up to 600lbs Two changing rooms with showers: one for female and one for male personnel The supplier's facilities and equipment must be available from June 10 to August 30, 2013 and be able to accommodate 360 recruits (about 300 Anglophones and 60 Francophones) The supplier must provide the following staff as support for CFFS(Q) instructors: Four bilingual (English and French) resources who have taken the fire fighting and first aid course as safety personnel One bilingual Bronze Cross qualified lifeguard One bilingual training coordinator One technician for the repair and maintenance of fire fighting and damage control equipment Two technicians to test breathing apparatuses One janitor · The four resources proposed as safety resources must attend a five-day familiarization course at a damage control training centre in Halifax from May 29 to June 6, 2013. 4. Applicability of Trade Agreement to the Procurement This procurement is subject to the following trade agreements: Agreement on Internal Trade (AIT) World Trade Organization - Agreement on Government Procurement (WTO-AGP) North American Free Trade Agreement (NAFTA) 5. Justification for the Pre-Identified Supplier To our knowledge, the Institut maritime du Québec (IMQ) is the only facility that meets the criteria in Section 3, Criteria for Assessment of the Statement of Capabilities, of this document. 6. Government Contracts Regulations Exception(s) Exception 6(d) of the Government Contracts Regulations has been invoked for this requirement, since only one firm is able to meet the contract requirements. The IMQ is the only specialized bilingual training centre less than an hour's drive from a military base which can accommodate at least 360 recruits from June 10, 2013 to August30, 2013 and which has the facilities and equipment to provide fire fighting and flood control training in accordance with the course standard, as well as sea survival and fall protection training. 7. Proposed Contract Period or Delivery Date The period for the proposed contract is from contract award to August 30, 2013. 8. Supplier Proposed for this Contract Institut maritime du Québec (IMQ) 2965 De l'Etchemin Street Saint-Romuald, Quebec G6W 7X5 9. Closing Date for a Submission of a Statement of Capabilities The closing date and time for accepting statements of capabilities is May21, 2013, at 2:00 p.m. (EST). 10. Inquiries and Submission of Statements of Capabilities Inquiries and statements of capabilities are to be sent to: Josée Roy Procurement Officer Public Works and Government Services 1550 D'Estimauville Avenue Quebec City, Quebec G1C 0C7 Tel.: 418-649-2932 Fax: 418-648-2209 E-mail: Josee.Roy@tpsgc-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
-
Agreement on Internal Trade (AIT)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Roy, Josée
- Phone
- (418) 649-2932 ( )
- Fax
- (418) 648-2209
- Address
-
601-1550, Avenue d'Estimauville
QuébecQuébec, Québec, G1J 0C7
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada