TRAINING CAPABILITY DEVELOPMENT

Solicitation number W8486-163226/D

Publication date

Closing date and time 2017/12/20 14:00 EST

Last amendment date


    Description
    Trade Agreement: NONE
    Tendering Procedures: The bidder must supply Canadian goods and/or services
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    W8486-163226/D
    
    TITLE: TRAINING AND CAPABILITY DEVELOPMENT SUPPORT SERVICES FOR CANADIAN ARMED FORCES LAND OPERATION
    
    The Department of Public Works and Government Services Canada (PWGSC), on behalf of the Department of the National Defence is seeking to establish a contract for the provision of professional services of Training and Capability Development Support Services as defined in Annex A, Statement of Work. 
                                                                                                                                            
    BACKGROUND:
    
    The DND commanders and their staff train in the planning and execution of complex combat operations in a cost-effective and environmentally sound synthetic environment using a variety of Canada-owned computer simulation systems at various simulation centres and sites across Canada and from time to time, internationally.  These same simulations are used in experiments that provide statistically valid data to Army senior management, which can be used in determining future Army structures and related equipment requirements.
    
    The Contractor will be required to provide an integrated resource team to conduct planning, design, training and experimentation activities as well as the operation and maintenance of various Canada-owned computer simulations and networks used in support of these activities.  
    
    The nature of the services will require two types of Contractor Resources: 
    
    1. Core Resources: The Contractor will be required to provide a team of 76 full time Core Resources on a continuing basis and Specific Activity Support Resources.  Core Resources provide the expertise for the planning and conducting of the training and experimentation activities as well as organizational and technical support. They also arrange for and administer the services of the Non-Core Resources.
    
    2.Non-Core Resources: The Contractor will be required to provide Non-Core Resources on an "as and when required" basis through the issuance of DND 626 Task Authorizations (TAs). The total number of Non-Core Resources required to support all possible simultaneous specific activities will vary. The Contractor should expect to maintain a pool of approximately four hundred and fifty (450) Non-Core Resources to fulfill training requirements.  
    
    The work location for the majority of the Core Resources will be at the Canadian Army Simulation Centre (CASC ) site located at Canadian Forces Base (CFB) Kingston, Ontario.  However, some of the Core Resources will be located at the Division Simulation Centres (DSCs) located at CFB Edmonton, Alberta; CFB Gagetown, New Brunswick; CFB Petawawa, Ontario; CFB Valcartier, Quebec; and the Canadian Army Command and Staff College (CACSC) in Kingston, Ontario. Occasionally Core Resources will be required in remote areas of Canada, and in foreign countries.
    
    NATIONAL SECURITY EXCEPTIONS AND CANADIAN EYES RESTRICTIONS
    
    The national security exemption and Canadian Eyes Only restriction provided for in the trade agreements have been invoked; therefore, this procurement is excluded from all of the obligations of all the trade agreements. Competition will be restricted to Canadian companies who satisfy the security requirements described in this bid solicitation.  "Canadian companies" refers to Canada-based companies, operating in Canada, and incorporated, registered, or recognized as such, under federal or provincial legislation and which carry out activities in Canada.
    
    SECURITY REQUIREMENTS
    
    At bid closing, the following conditions must be met:
    
    (a) the Bidder AND Core Resources identified in Table 1 - Initial Core Resources Team of the Statement of Work must hold a valid organization security clearance and as indicated in Part 7 - Resulting Contract Clauses and;
    (b) Resources that require training identified in Table 2 - Training Required for Core and Non-Core Resources during Transition Phase of the Statement of Work, must hold as a minimum Enhanced Reliability security clearance prior taking any specific training required during the transition period;
    
    At contract award, the following conditions must be met:
    
    (a) 30 days prior the commencement of the Work (handover), the Bidder's proposed individuals requiring access to classified or protected information, assets or sensitive work site(s) must meet the security requirements as indicated in Part 7 - Resulting Contract Clauses; and
    (b) the Bidder must provide the names of all Core and Non-Core resources who will require access to classified or protected information, assets or sensitive work sites.
    
    If the information is not provided in or with the bid, the Contracting Authority will so inform the Bidder and provide the Bidder with a time frame within which to meet the requirement.  Failure to comply with the request of the Contracting Authority and meet the requirement within that time period will render the bid non-responsive.
    
    Bidders are reminded to obtain the required security clearance promptly. Any delay in the award of a contract to allow the successful Bidder to obtain the required clearance will be at the entire discretion of the Contracting Authority.
    
    For additional information on security requirements, Bidders should refer to the Contract Security Programof Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html ) website.
    
    PERIOD OF CONTRACT:
    The period of the resulting contract will be from contract award to March 31, 2024, with an irrevocable option to extend the period of the contract by two (2) additional two (2) year periods under the same terms and conditions. In order to ensure continuity, a transition period of up to twelve (12) months may be required under the same terms and conditions.
    
    EVALUATION PROCEDURES
    Phased Bid Compliance Process (PBCP)
    Phase I: Compliance Assessment: Required Financial Information
    
    i. After the closing date and time of the RFP, PWGSC procurement officers will: 
    
    a. examine all bids to ensure that they contain a financial submission and that the submission is not missing financial information;  
    
    b. notify bidders of missing financial information and give them a specific time period to provide it; and
    
    c. not provide any details concerning the bidder’s financial submission to any member of the evaluation team.
    
    ii. If a bid is missing the entire financial submission, it will be considered non-compliant and will be given no further consideration. 
    
    Bids that continue to have missing financial information after the allotted time given to bidders to provide this information will be considered non-compliant and will not be given further consideration. 
    
    Phase II: Compliance Assessment: All Eligible Mandatory Requirements
    
    i. The evaluation team will assess only the bids with all required financial information as established in Phase I, to determine if they demonstrate compliance with all eligible mandatory requirements as outlined in the RFP. Upon completion of this assessment, the PWGSC procurement officer will issue a Compliance Assessment Report (CAR) to all bidders. This report will inform bidders either that PWGSC is continuing to consider their bid or identify any eligible mandatory requirement for which the bid does not as yet demonstrate compliance; 
    
    ii. Bidders whose bids do not as yet demonstrate compliance with one or more of the eligible mandatory requirements will be invited to submit additional or different information, only for the purpose of rendering the re-evaluation of the eligible mandatory requirements identified in the CAR as compliant. 
    
    iii. All bidders invited to submit additional or different information will receive the same length of time in which to respond to their CAR;  
    
    iv. An acceptable response to the CAR must:
    
    a. address only the eligible mandatory criteria identified in the CAR; 
    b. clearly identify any additional or different information, as well as the precise location in the bid where this information applies;
    c. subject to a. above, identify any other changes to the original bid that are necessitated by the additional or different information the bidder provides in response to the CAR; and
    d. otherwise follow the Bid Preparation Instructions in the RFP document. 
    
    v. The decision to respond to the CAR is at the complete discretion of the bidder. If a bidder does not respond to the CAR within the allotted time, PWGSC will consider this to be a no change response.
    
    vi. Any response to the CAR that is received after the required time and date will not be given any consideration.
    
    vii. The evaluation team will review the additional or different information provided by the bidder to determine whether the bid now demonstrates compliance with the eligible mandatory requirements identified in the CAR. Bids that do not demonstrate compliance with all eligible mandatory requirements at the completion of Phase II will be considered non-compliant and will be given no further consideration.
    
    Phase III: Completion of the Evaluation Process
    
    In this phase, the evaluation process as set out below will continue with bids that demonstrate compliance with all eligible mandatory requirements
    
    BASIS OF SELECTION
    
    Basis of Selection - Highest Combined Rating of Technical Merit [60 %] and Price [40%]
    
    To be declared responsive, a bid must:
    
    (a) comply with all the requirements of the bid solicitation; 
    (b) meet all Mandatory Technical Criteria; and
    (c) obtain the required minimum pass marks specified in Attachment 1 to Part 4 for the Point-Rated Technical Criteria.
    
    The responsive bid with the highest combined rating of technical merit and price will be recommended for award of a contract. In the event two or more responsive bids have the same highest combined rating of technical merit and price, the responsive bid that obtained the highest overall score for all the point rated technical criteria detailed in Attachment 1 to Part 4 will be recommended for award of a contract. 
    
    CONTRACTING AUTHORITY:
    
    Martin Lalonde
    Supply Team Leader
    Public Works and Government Services Canada
    Acquisition Branch
    Business Management and Consulting Services Division
    11 Laurier Street, Portage III, Gatineau Quebec, K1A 0S5
    Telephone: (873)469-3958
    Fax: (819) 956-2674
    E-mail: Martin.Lalonde@pwgsc-tpsgc.gc.ca
    
    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

    • No trade agreements are applicable to this solicitation process
    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
    Lalonde, Martin
    Phone
    (873) 469-3958 ( )
    Email
    martin.lalonde@tpsgc-pwgsc.gc.ca
    Fax
    (819) -
    Address
    11 Laurier St. / 11, rue Laurier
    10C1, Place du Portage
    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
    016
    French
    9
    015
    French
    2
    016
    English
    60
    009
    English
    42
    015
    English
    42
    014
    French
    3
    014
    English
    45
    013
    French
    7
    013
    English
    52
    012
    French
    2
    012
    English
    44
    011
    French
    6
    011
    English
    51
    010
    French
    8
    010
    English
    44
    008
    French
    5
    008
    English
    41
    007
    French
    7
    007
    English
    46
    006
    French
    6
    006
    English
    44
    005
    French
    2
    005
    English
    46
    004
    French
    4
    004
    English
    39
    003
    French
    4
    003
    English
    41
    002
    French
    4
    002
    English
    44
    001
    French
    8
    001
    English
    48
    000
    French
    24
    000
    English
    220

    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
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price