Training and Concept Development Services for Royal Canadian Air Force Warfare Center

Solicitation number W8485-195040/A

Publication date

Closing date and time 2020/03/16 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / 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: 
    
    W8485-195040/A
    
    TITLE: TRAINING AND CONCEPT DEVELOPMENT SERVICES FOR ROYAL CANADIAN AIR FORCE AEROSPACE WARFARE CENTER
    
    BACKGROUND:
    
    The Royal Canadian Air Force Aerospace Warfare Centre (RCAF AWC) is involved in setting the force development agenda for the RCAF, through the development of air and space power concepts, the creation and maintenance of RCAF doctrine, oversight of the RCAF lessons learned program, experimentation on future air operating concepts and equipment and the delivery of training to institutionalize RCAF doctrine and air and space competencies.
    
    SCOPE OF SERVICES
    
    The Department of Public Works and Government Services Canada (PWGSC), on behalf of the Department of the National Defence is seeking to establish up to two (2) contract(s) for the provision of two (2) Streams of professional services in Training and Concept Development Services as defined in Annex A, Statement of Work.
    
    Each available Stream is divided by roles, responsibilities and tasks by resource category. Bidders can bid on one or more Streams:
    
    a) Stream 1 - Training Delivery will include the continuous improvement of courseware, based on lessons learned, course evaluations, changes to doctrine or as directed by senior leadership and the delivery of training material under the direction of a RCAF Aerospace Warfare Centre (RCAF AWC). This Stream will require six (6) Course Instructors, one (1) Curriculum Developer, six (6) Interactors and two (2) Subject Matter Experts. 
    
    b) Stream 2 - Concept Development will consist of researching trends in technology, adversary and friendly force equipment/tactics/procedures and then developing mechanisms for the RCAF to exploit technology or gaps in adversary posture to give the RCAF a competitive advantage. This Stream will require two (2) Research Analysts, two (2) Wargaming Facilitators, two (2) Concept and Doctrine Writers, two (2) Lesson Learned Specialists and two (2) Subject Matter Experts.
    
    Deliverables for each Stream will be performed on as-and-when-required basis through the DND Task Authorization process.
    
    The majority of the work will be conducted at the RCAF AWC’s facilities located at 51 Anson Ave, CFB Trenton, Astra Ontario. On occasions, the Contractor may be required to conduct demonstrations, trial, training and integration work at any DND facility and will be specified in the Task Authorization.
    
    PERIOD OF CONTRACT
    
    The period of the resulting contract(s) will be three (3) years from contract award, with an irrevocable option to extend the period of the contract(s) by three (3) additional one (1) year periods under the same terms and conditions.
    
    EVALUATION PROCEDURES AND BASIS OF SELECTION
    
    Phased Bid Compliance Process
    
    Canada will conduct the Phased Bid Compliance Process (PBCP) for this requirement ONLY if Canada receives 4 or fewer Bids by the bid solicitation closing date.
    
    Mandatory Technical Criteria
    
    The Phased Bid Compliance Process will apply to all mandatory technical criteria. 
    
    Point Rated Technical Criteria
    
    Refer to Attachment 1 to Part 4.  Point-rated technical criteria not addressed will be given a score of zero.
    
    Financial Evaluation
    
    For bid evaluation and Contractor selection purposes only, the evaluated price of a bid will be determined
    in accordance with the Pricing Schedule detailed in Attachment 1 to Part 3.
    
    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 the mandatory evaluation criteria; and
    (c) obtain the required minimum number of points 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 with the lowest evaluated price will be recommended for award of a contract.
    
    CONTRACTING AUTHORITY:
    
    Karen Marcotte
    Supply Team Leader
    Public Works and Government Services Canada
    Acquisition Branch
    Business Management and Consulting Services Division
    10 Wellington Street Gatineau Quebec, K1A 0S5
    Telephone: (613) 858-8522
    E-mail: karen.marcotte@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

    • 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)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • 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
    Marcotte, Karen
    Phone
    (613) 858-8522 ( )
    Email
    karen.marcotte@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    Terrasses de la Chaudière 5th Floor
    Terrasses de la Chaudière 5e étage
    10 Wellington Street
    10, rue Wellington
    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
    005
    French
    1
    005
    English
    19
    004
    French
    1
    004
    English
    13
    003
    French
    1
    003
    English
    18
    002
    French
    4
    002
    English
    22
    001
    French
    1
    001
    English
    23
    000
    French
    14
    000
    English
    152

    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
    ,
    Nunavut Territory
    ,
    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

    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: