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 Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Roy, Josée
    Phone
    (418) 649-2932 ( )
    Fax
    (418) 648-2209
    Address
    601-1550, Avenue d'Estimauville
    Québec
    Québec, Québec, G1J 0C7

    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
    Quebec (except NCR)
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.