Adventure Training

Solicitation number W0142-19X005/A

Publication date

Closing date and time 2018/06/19 16:00 EDT


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Government Objectives Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Yamnuska Inc.
    200, 50 Lincoln Park
    Canmore Alberta
    Canada
    T1W3E9
    Nature of Requirements: 
    
    Adventure Training
    
    W0142-19X005/A
    Kowal, Meagan
    Telephone No. - (306) 241-3494
    Fax No. - (306) 975-5397
    
    ACAN - ADVENTURE TRAINING W0142-19X005
    
    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. Requirement
    
    Public Works and Government Services Canada (PWGSC) on behalf of its client, Department of National Defence, intends to enter into a contract with Yamnuska Inc. for the provision of adventure training. The period of the contract will be will be from date of 1 November 2018 to 31 March 2020 with four (4) additional option periods from 1 April 2020 to 31 March 2021, 1 April 2021 to 31 March 2022, 1 April 2022 to 31 March 2023, and 1 April 2023 to 31 March 2024.
    
    3. Criteria for assessment of the Statement of Capabilities
    
    Suppliers who consider themselves fully qualified and available to provide the services described in this 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 following requirements.
    
    MANDATORY CRITERIA
    
    Number Criteria Mandatory Technical (MT) Criteria
    
    MT1 
    
    Operating Licence(s) / Permits - The Bidder must have the correct licences from the Federal, Provincial and Municipal issuing authorities to operate each of the activities under Exercise CANADIAN ADVENTURE.
    
    The Bidder must provide copies of the following operating licence(s) / permits:
    a. Kananaskis Provincial Park and surrounding areas:
    
    1. Ghost Lake
    2. Barrier Lake
    3. Lower Kananaskis River.
    4. Bow River (Canmore/Cochrane)
    
    b. National Parks:
    
    1. Banff
    2. Kootenay
    3. Jasper
             
    MT2 
    
    Ski Permits - The Bidder must have the correct permits to deliver instructional courses on the ski hills.
    
    The Bidder must provide copies of the following ski permits:
    1. Lake Louise - Banff National Park
    2. Sunshine Village - Banff National Park
    3. Norquay - Banff National Park
    4. Nakiska - Kananskis Provincial Park
    
    MT3 
    
    Avalanche Safety Plan - The Bidder must have an Avalanche Safety Plan, which is signed off by a level 3 planner.
    
    MT4 
    
    Compliance - The Bidder must comply with all Federal, Provincial and Municipal Standards and Regulations associated with operating an outdoor business.
    
    MT5 
    
    Insurance - The Bidder must be able to meet the $10 million General Commercial Liability insurance requirements.
    
    MT6 
    
    Workers Compensation - The Bidder must have Worker’s Compensation Board (WCB) coverage for all employees.
    
    MT7
    Training Throughput and Student/Instructor Ratio-  The Bidder must be able to provide enough staff to facilitate the activity throughput and the maximum course output at any one time as indicated in section 2.3 of the Statement of Work (SOW).  The Bidder must also provide enough staff for the student-guide/instructor ratios as indicated in section 2.3 of the SOW.
    
    
    MT8
     
    Location - The Bidder’s Base Location must be located within one (1) hour of travel from TEC (near Cochrane).
    
    MT9 
    
    Location - The Bidder’s proposed activity areas must be within three (3) hours travel time from TEC (near Cochrane).
    
    MT10 
    
    Instructor Qualifications - The Bidder must prove that the guides/instructors employed hold the following skills/qualifications:
    a. Those listed at section 8.0 of the SOW for each of the activities.
    b. An 80 or 40 hour First Aid certificate dependant on requirement and have an understanding of the treatment of cold injuries and spinal immobilization.
    c. Evidence of currency training for guide/instructors and evidence of continued professional development within the last two (2) years as per National Governing Bodies requirements (see section 2.10 of the SOW).
    To demonstrate qualifications, the Bidder must provide the following for each proposed resource:
    SF1 Instructor
    i. Copy of CSIA Level 2 certificate
    ii. Copy of CAA Avalanche Operations Level 1 certificate
    iii. Copy of 40 hour First Aid certificate
    iv. Proof of continued professional development within the last 2 years
    SF2 Instructor
    i. Copy of CSIA Level 2 certificate for the ski hill days
    ii. Copy of ACMG Ski Guide for the ski touring day
    iii. Copy of CAA avalanche Operations Level 1 certificate
    iv. Copy of 40 hour First Aid certificate
    v. Proof of continued professional development within the last 2 years
    SF3 Instructor
    i. Copy of ACMG Ski Guide certificate
    ii. Copy of CAA Avalanche Operations Level 1 certificate
    iii. Copy of 80 hour First Aid certificate
    vi. Proof of continued professional development within the last 2 years
    SL1 Instructor
    i. Copy of CSIA Level 3 certificate
    ii. Copy of 80 hour First Aid certificate
    vii. Proof of continued professional development within the last 2 years
    NF1 Instructor
    i. Copy of CANSI Level 2 certificate
    ii. Copy of ACMG Ski Guide certificate
    iii. Copy of CAA Avalanche Operations Level 1 certificate
    iv. Copy of 80 hour First Aid certificate
    viii. Proof of continued professional development within the last 2 years
    Introduction to Ski Mountaineering Instructor
    i. Proof of ACMG - Ski Guide
    ii. Proof of IFMGA - Full International Mountain Guide
    iii. Copy of 80 hour First Aid certificate
    iv. Proof of continued professional development within the last 2 years
    WCF Instructor
    i. Proof of ACMG - Alpine Guide
    ii. Proof of IFMGA - Full International Mountain Guide
    iii. Copy of 80 hour First Aid Certificate
    iv. Proof of continued professional development within the last 2 years
    RSF Instructor
    i. Proof of ACMG - Rock Guide
    ii. Proof of ACMG - Alpine Guide
    iii. Proof of IFMGA - Full International Mountain Guide
    iv. Copy of 80 hour First Aid Certificate
    v. Proof of continued professional development within the last 2 years
    Introduction to Alpine Mountaineering Instructor
    i. Proof of ACMG - Alpine Guide
    ii. Proof of IFMGA - Full International Mountain Guide
    iii. Copy of 80 hour First Aid Certificate
    iv. Proof of continued professional development within the last 2 years
    O2F Instructor
    i. Copy of Class 2 moving water instructor certificate (or provincial equivalent)
    ii. Proof of swift-water rescue
    iii. Copy of 80 hour First Aid Certificate
    iv. Proof of continued professional development within the last 2 years
    K2F Instructor
    i. Copy of Class 2 moving water instructor certificate (or provincial equivalent)
    ii. Proof of swift-water rescue
    iii. Copy of 40 hour First Aid Certificate
    iv. Proof of continued professional development within the last 2 years
    MBF Instructor
    i. Copy of Professional Mountain Bike Instructor (PMBI) Level 1 certificate (or provincial equivalent)
    ii. Proof of Basic Mountain Bike mechanic
    iii. Copy of 40 hour First Aid Certificate
    iv. Proof of continued professional development within the last 2 years
    
    MT11 
    Equipment - The Bidder must provide the following equipment and be able to cater for a maximum student loading, at any one time, as detailed in section 2.11 of the SOW:
    a. Ski Equipment (boots, bindings, alpine/touring skis, skins and poles
    b. Nordic Ski Equipment
    c. Mountain Bikes
    
    MT12 
    
    Infrastructure Support -  The Bidder must be able to provide a private venue that offers the following resource facilities:
    a. Classroom/Lecture room
    b. Washrooms (male/female)
    c. Changing room facilities
    d. IT support (including DVD and video capability)
    
    MT13 
    
    Communication - The Bidder must have reliable communication facilities (radios) when operating in the Backcountry.
    
    MT14 
    
    Safety - The Bidder must provide evidence of adequate Health and Safety policies/procedures/processes to facilitate safe training.
    
    4. Applicability of the Trade Agreement(s) to the procurement 
    
    This procurement is subject to the following trade agreement: 
    
    Canadian Free Trade Agreement (CFTA) 
     
    
    5. Justification for the Pre-Identified Supplier
    
    Yamnuska Inc.is considered to be the only known source that complies with all the essential qualifications listed above and is capable of performing the Work. 
    
    6. 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 work".
    
    7. Exclusions and/ or Limited Tendering Reasons  
    
    The following exclusions and/or limited tendering reasons are invoked under the: 
    Canadian Free Trade Agreement (CFTA) - Articles 513. 1 (b) 
    
    8. Period of the proposed contract
    
    Period of proposed contract: The period of the contract will be will be from date of 1 November 2018 to 31 March 2020 with four (4) additional option periods from 1 April 2020 to 31 March 2021, 1 April 2021 to 31 March 2022, 1 April 2022 to 31 March 2023, and 1 April 2023 to 31 March 2024.
    Estimated Value:  $ 975,000.00 per full year. 
    
    9. Pre-identified Supplier:
    
    Yamnuska Inc.
    #200 - 50 Lincoln Park
    Canmore, AB  T1W 3E9
    
    10. Closing date for a submission of a Statement of Capabilities
    
    The closing date and time for accepting statements of capabilities is June XX  2018  at 2:00 p.m. CST. 
    11. Inquiries and submission of statement of capabilities
     
    Inquiries and statements of capabilities are to be directed to: 
    
    Name:   Meagan Kowal
    Title:   A/Procurement Team Leader
    Public Works and Government Services Canada
    Procurement Services
    Directorate:  Western Region
    Address:  101-22nd Street East, Suite 101
    Saskatoon, SK S7K 0E1
    
    Telephone:  306-241-3494
    Facsimile:    306-975-5397
    E-mail address: meagan.kowal@pwgsc-tpsgc.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

    • Canadian Free Trade Agreement (CFTA)

    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
    Kowal, Meagan
    Phone
    (306) 241-3494 ( )
    Email
    meagan.kowal@pwgsc-tpsgc.gc.ca
    Fax
    (306) 975-5397
    Address
    Government of Canada Building
    101 - 22nd Street East
    Suite 110
    Saskatoon, Saskatchewan, S7K 0E1

    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
    Alberta
    Procurement method
    Non-Competitive
    Selection criteria
    Consulting Services Regarding Matters of a Confidential Nature
    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: