Marine Training

Solicitation number M2989-187585/A

Publication date

Closing date and time 2018/07/23 17:00 EDT


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    The RCMP has a requirement to provide Water Transport Training to ensure its members receive proper training in marine vessels operation and execution of marine policing duties in accordance with the RCMP Course Training Standard (CTS) as well as the competencies required by Transport Canada (TC) for operators of marine vessels. Transport Canada requires the operators of all RCMP vessels to hold a minimum of a 1) Small Vessel Proficiency certificate 2) Marine Emergency Duties certificate and 3) Restricted Operators (Maritime) radio license requirements.
    
    The RCMP Course Training Standard (CTS) titled “Inland Basic Water Transport” (BWT) (CL5501) supports this requirement.    In addition to the BWT course, operators functioning in a coastal environment require training in more advanced chart work, Radar/GPS, and boat handling specific to the equipment utilized at their Detachments. The Water Transport Electronic Navigation (ENC) Course (CL5503) meets this need.
    
    The coordination and delivery of the water transport courses is an ongoing requirement for members of the RCMP.  Delivery of the requirement will be made across British Columbia. Instructors must meet Transport Canada requirements and have a high level of experience and appropriate certification to deliver this type of training.  Given the number of RCMP vessels located throughout the Division and the issue of releasing operational members to support lengthy training requirements, an external contractor is required to support course delivery.
    
    This bid solicitation is to establish a contract with task authorizations for the delivery of the Work detailed in the bid solicitation, to the Identified User.
    
    The period of the resulting contract will be for a two year period from Contract Award with Canada having irrevocable options to extend the term of the contract by up to two additional one year periods as specified in the resulting contract clauses under the same conditions.
    
    All enquiries must be submitted in writing to the Contracting Authority by e-mailing Eric.Zwarich@pwgsc-tpsgc.gc.ca no later than 10 calendar days before the bid closing date. Enquiries received after that time may not be answered.
    
    It is the responsibility of the Bidder to ensure that all addenda issued prior to solicitation closing have been obtained and addressed in the submitted bid. Bidders intending to submit bids should obtain solicitation documents from the Government Electronic Tendering System (GETS) at http://BuyAndSell.gc.ca. Addenda, when issued, will be available on GETS. Bidders basing their submissions on solicitation documents obtained from other sources do so at their own risk.
     
    Due to the nature of the bid solicitation, bids transmitted by e-mail will not be accepted. Refer to Part 2 (Bidder Instructions) of the Solicitation for more information.
    
    Suppliers are required to have a Procurement Business Number (PBN) before contract award. Visit https://BuyAndSell.gc.ca/for-businesses/register-as-a-supplier for PBN registration instructions and to learn more about selling to the Government of Canada.
    
    This PWGSC office provides procurement services to the public in English.
    
    Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within 15 working days from receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.
    
    Delivery Date: Above-mentioned
    
    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)
    • 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
    Zwarich, Eric
    Phone
    (250) 661-2347 ( )
    Email
    eric.zwarich@pwgsc-tpsgc.gc.ca
    Address
    401 - 1230 Government Street
    Victoria, B. C., V8W 3X4

    Buying organization(s)

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    French
    9
    000
    English
    56

    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.