NSO-SECOND LANGUAGE EDUCATION & TRG

Solicitation number W4938-12051S/A

Publication date

Closing date and time 2014/02/05 14:00 EST

Last amendment date


    Description
    Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    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 
    
    W4938-12051S	
    Contracting Authority: Lavigne, Pierre
    Telephone No. - (819) 956-0004 
    Fax No. - (819) 956-2675
    E-mail: pierre.lavigne@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 nine 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 two (2) National
    Individual Standing Offers (NISOs) may result from this RFSO for
    the two (2) areas described below:
    
    East Area:   
    
    Atlantic region: New Brunswick/Gagetown, Moncton
    Atlantic region: Nova Scotia/Halifax, Greenwood
    Atlantic region: Newfoundland and Labrador/Gander and Goose Bay
    Quebec region: CFFS Quebec, Bagotville, Saint-Jean, Montreal,
    Rimouski, Trois-Rivières, Saguenay
    Ontario region: Borden, Cornwall, Kingston, Trenton
    
    West Area:
    
    Ontario region: London, North Bay, Petewawa, Toronto
    National Capital Region: Ottawa, Gatineau
    Western region: Alberta/Cold Lake, Edmonton, Suffield,
    Wainwright, Calgary
    Western region: Saskatchewan/Moose Jaw
    Western region: Manitoba/Portage, Shilo, Winnipeg
    Pacific region: British Columbia, Comox, Esquimalt  
    Territories: Northwest Territories, Yellowknife
    
    Offerors may submit Offers for one or both Areas.  
    
    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 follows:
    
    East Area (see Attachment 2 of Annex "A" for more details): 
    
    Continuous French Course Level B: 21760 hours
    Continuous English Course Level B: 2520 hours
    Continuous French Course Level C: 9120 hours
    Continuous English Course Level C: 0 hours
    Single Progress Level (PL) Course, classroom - French: 12150
    hours
    Single Progress Level (PL) Course, classroom - English: 10790
    hours
    Single progress level - in lab with on-site teacher - French:
    6000 hours
    Single progress level - in lab with on-site teacher - English:
    2100 hours
    Specific Skill Course - French: 9150 hours
    Specific Skill Course - English: 2310 hours
    Refresher and preparation for Second Language Evaluation (SLE)
    Level B - French: 4320 hours
    Refresher and preparation for Second Language Evaluation (SLE)
    Level B - English: 1530 hours
    Language Retention Group - French: 4110 hours
    Language Retention Group - English: 1290 hours
    Language Retention - individualized - French: 6680 hours
    Language Retention - individualized - English: 2270 hours
    
    Individual attentiontraining services: 2000 hours
    
    Approximate number of placement tests: 1403
    
    West Area (see Attachment 2 of Annex "A" for more details):
    
    Continuous French Course Level B: 20400 hours
    Continuous English Course Level B:5040 hours
    Continuous French Course Level C:5820 hours
    Continuous English Course Level C:780 hours
    Single Progress Level (PL) Course, classroom - French:21750 hours
    Single Progress Level (PL) Course, classroom - English:8000 hours
    Single progress level - in lab with on-site teacher -
    French:7950 hours
    Single progress level - in lab with on-site teacher -
    English:3950 hours
    Specific Skill Course - French:5160 hours
    Specific Skill Course - English:2550 hours
    Refresher and preparation for Second Language Evaluation (SLE)
    Level B - French:2350 hours
    Refresher and preparation for Second Language Evaluation (SLE)
    Level B - English:990 hours
    Language Retention Group - French:4386 hours
    Language Retention Group - English:1770 hours
    Language Retention - individualized - French:27360 hours
    Language Retention - individualized - English: 1360 hours
    
    
    Individual attention training services: 2000 hours
    
    Approximate number of placement tests: 1365
    
    * The requirement per year may differ from the above estimated
    number of hours.  The number of hours is an estimate only and is
    not to be construed as a Standing Offer guarantee.
    
    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 (2000-12-01) - 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 - LOWEST PRICE PER POINT
    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.
    
    CANADIAN CONTENT CERTIFICATION
    
    This procurement is limited to Canadian services.
    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
    • Agreement on Internal Trade (AIT)
    • 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
    Lavigne, Pierre
    Phone
    (819) 956-0004 ( )
    Fax
    (819) 956-9235
    Address
    PSBID, PWGSC / DIASP,TPSGC
    11 Laurier St. / 11, rue Laurier
    10C1/Place du Portage, Phase III
    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.

    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)
    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: