Second Language Education

Solicitation number W4938-18037S/A

Publication date

Closing date and time 2019/03/18 15:00 EDT

Last amendment date


    Description
    Trade Agreement: 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: 
    
    SECOND OFFICIAL LANGUAGE EDUCATION AND TRAINING FOR CANADIAN ARMED FORCES MEMBERS 
    
    W4938-18037S 
    Contracting Authority: Remillard, Michele
    Telephone No. (613) 850-1431 
    Fax No. - (819) 956-8303
    E-mail :  michele.remillard@pwgsc-tpsgc.gc.ca
    
    ****************************************************************************
    DESCRIPTION OF REQUIREMENT
    
    The Department of National Defence requires language training services aimed at dispensing English and French Second Language Training to the military personnel in seven regions within Canada.  The services will be required on an "as and when requested" basis authorized through the use of call-ups issued by Identified Users. This training is given either full or part time, in classrooms furnished by the Canadian Armed  Forces (CAF) or at Offeror's premises as the case may be that are located in the Canadian Provinces and Territories identified at Appendix 1 - Course Forecast by CAF Bases and Wings of Annex A - Statement of Work.
    
    CONTEXT
    
    The purpose of the Canadian Armed Forces (CAF) Second Official Language Education and Training (SOLET) is to deliver courses and services to help military personnel, including military and civilian personnel of allied forces, in order to meet the specific needs set by the Government of Canada for the Department of National Defence (DND) regarding bilingualism in operations and in the workplace.
    On rare occasions, a very limited number of DND civilian employees may participate in CAF language programs and services.
    SOLET is offered on a full or part-time basis in classrooms provided by the CAF and/or in rooms provided by the Offeror (as required) in Canadian provinces and territories.
    
    SOLET is also offered on a self-paced part-time basis in a lab with the help of a teacher in a DND lab.
    
    The Canadian Defence Academy (CDA) is responsible for managing SOLET for the CAF. The delivery of SOLET is decentralized and is implemented by the following identified users:
    
     a. the Royal Canadian Navy (RCN);
    
     b. the Canadian Army (CA); 
    
     c. the Royal Canadian Air Force (RCAF); and
    
     d. the Canadian Defence Academy (CDA).
    
    These identified users are responsible for delivering SOLET in certain CAF bases and wings, which are divided into regions and provinces (see Appendix 1 - Scheduled Courses in CAF Bases and Wings). Identified users designate a project authority (PA) as the local SOLET contact person for each base or wing as indicated in the standing offer call up.
    
    PERIOD OF THE STANDING OFFER
    
    The period for placing call-ups against the Standing Offer (SO) will be two (2) years, with a potential for up to three (3) additional one (1) year extension periods.
    SUMMARY 
    
    Multiple Standing Offers
    
    Due to the nature of the services and the importance of retaining the same school for continuity, up to seven (7) National Individual Standing Offers (NISOs) may result from this RFSO for the seven (7) areas described below:
    
    1. Atlantic Region
    New Brunswick: Gagetown, Moncton
    Nova Scotia:  Halifax, Greenwood
    Newfoundland and Labrador:  Gander, Goose Bay and St. John
    
    2. Quebec Region (excluding the National Capital Region)
    Bagotville, Montreal, Quebec, Rimouski, Saguenay, Saint-Jean, Sept Iles, Trois-Rivières 
    
    3.  Ontario Region (excluding the NCR
    Borden, Cornwall, Kingston, Trenton, London, North Bay, Petawawa, Toronto
    
    4. National Capital Region (NCR)
    Ottawa, Gatineau
    
    5.  Western Region:
    Alberta:  Calgary, Cold Lake, Edmonton, Suffield, Wainwright
    Saskatchewan:  Dundurn, Moose Jaw
    Manitoba: Shilo, Winnipeg
    
    6.  Pacific Region: 
    British Columbia:  Comox, Esquimalt  
    
    7. Northwest Territories Region: 
    Yellowknife
    Offerors may submit Offers for one or more of these Regions.  
    Estimated Volume of Services:
    
    Based on the most recent data, the total estimated services that may be ordered by Canada under the resultant Standing Offers for each year of the initial period and extension periods is estimated* to be approximately as indicated in Appendix 1, Course Forecast:
    
    The duration of one-on-one services is determined by a call-up made by the identified user. Each year, it is estimated that a total of 3,500 hours of one-on-one training may be required for all types of training.  The breakdown for each regions is 
    
    a. Atlantic Region - 700 hours
    b. Quebec Region - 200 hours
    c. Ontario Region (except the NCR) - 900 hours
    d. NCR Region - 500 hours 
    e. West Region - 800 hours
    f. NWT Region - 100 hours
    g. Pacific Region - 300 hours
    h. 
    
    A course definition can be found in Appendix 1 of Annex “A” - Statement of Work of this RFSO.   
    
    A list of the Acronyms used in this RFSO can be found in the Annex “A” - Statement of Work.
    
    SACC Manual clause W0002D (2016-01-28) - The resulting (Standing Offer/Contract) is not to be used for deliveries within a Comprehensive Land Claims Settlement Area (CLCSA). All requirements for delivery within a CLCSA are to be submitted to the Department of Public Works and Government Services for individual processing
    
    SACC Manual Clause W0003D (2000-12-01) - Any reference within this document to "FOB Destination any point in Canada" or "FOB Destination/Region" shall apply only to destinations which are not within a Comprehensive Land Claims Settlement Area.
    SECURITY REQUIREMENT
    
    There is a security requirement associated with the requirement of the Standing Offer. For additional information, see Part 6 - Security, Financial and Insurance Requirements, and Part 7 - Standing Offer and Resulting Contract Clauses.
    
    EVALUATION PROCEDURES
    
    (a) Offers will be assessed in accordance with the entire requirement of the Request for Standing Offers including the technical and financial evaluation criteria.
    
     (b) An evaluation team composed of representatives of Canada will evaluate the offers.
    BASIS OF SELECTION - Highest Combined Rating of Technical Merit and Price
    
    1. To be declared responsive, an offer must: 
    a. comply with all the requirements of the Request for Standing Offers;
    b. meet all mandatory technical evaluation criteria; and
    c. obtain the required minimum points for the technical evaluation criteria which are subject to point rating.
    2. Offers not meeting (a) or (b) or (c) will be declared non-responsive. Neither the responsive offer that receives the highest number of points nor the one that proposed the lowest price will necessarily be accepted. The responsive offer with the lowest evaluated price per point will be recommended for issuance of a standing offer
    
    BASIS FOR CANADA'S OWNERSHIP OF INTELLECTUAL PROPERTY
    
    Canada has determined that any intellectual property arising from the performance of the Work under the Standing Offer and any contract resulting from the issuance of a call-up will vest in Canada, on the following grounds:
    Canada has opted to own the intellectual property rights in any material subject to copyright that is created or developed as part of the Work, with the exception of computer software or any documentation pertaining to such software.
    
    .
    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

    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Remillard, Michele
    Phone
    (613) 850-1431 ( )
    Email
    michele.remillard@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    Les Terrasses de la Chaudière
    10, rue Wellington, 5ième étage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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
    007
    French
    8
    007
    English
    10
    006
    French
    11
    006
    English
    10
    005
    French
    10
    005
    English
    8
    004
    French
    10
    004
    English
    9
    003
    French
    11
    003
    English
    10
    002
    French
    14
    002
    English
    11
    001
    French
    20
    001
    English
    13
    000
    French
    55
    French
    28
    French
    15
    French
    20
    French
    18
    French
    38
    English
    21
    000
    English
    62
    English
    14
    English
    16
    English
    22
    English
    20

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

    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    National Capital Region (NCR)
    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.

    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: