Basic and Advanced General Safety Training
Solicitation number W8484-158302/B
Publication date
Closing date and time 2015/09/01 14:00 EDT
Last amendment date
Description
Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: Basic and Advanced General Safety Training W8484-158302/B Diane Reynolds Telephone: 819-956-1141 E-mail: Diane.Reynolds@tpsgc-pwgsc.gc.ca The Department of National Defence requires Basic and Advanced General Safety Training on an "as and when requested" basis at various Bases, Wings, and Units across Canada. Stream 1 - Basic General Safety Training, is comprised of the Safety Management Course, the Safety Program Evaluator's Course and the Safety Legislation Course. Stream 2 - Advanced General Safety Training, is comprised of the Occupational Health Course, the Return to Work Committee and Advisors Course, and the Hazardous Occurrence Investigator Course. The Work is to be performed from date of Contract to March 31, 2017 with an irrevocable option to extend the term of the Contract by up to three additional one-year period(s). This requirement is open only the following Learning Services Supply Arrangement (SA) Holders, PWGSC File No E60ZH-070003/H, Tier 2: · 4Plan Consulting Corp. · 529040 Ontario Inc and 880382 Ontario Inc · Adirondack Information Management Inc., Redwood e-learning Systems, in Joint Venture · CAE Inc · Calian Ltd, Instrux Media Corp., in Joint Venture · Calian Ltd. · Deloitte Inc. · Ellicom Inc · International Safety Research Inc. · Lockheed Martin Canada Inc. · Samson & Associés CPA/Consultation Inc · The VCAN Group Inc., D.J. Films-Multimedia Inc., in Joint Venture This requirement is covered under the North American Free Trade Agreement (NAFTA) and the Agreement on Internal Trade (AIT). The resulting contract is not to be used for the deliveries within a Comprehensive Land Claims Settlement Area (CLCSA). All requirements for delivery within a CLCSA are to be processed individually. There is a security requirement associated with this requirement. For additional information, consult Part 6 - Security and Other Requirements, and Part 7 - Resulting Contract Clauses. 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)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Reynolds(zh), Diane
- Phone
- (819) 956-1141 ( )
- Fax
- (819) 956-9235
- Address
-
11 Laurier St. / 11, rue Laurier
10C1, Place du PortageGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
Bidding details
Details for this tender opportunity are provided in the Description tab.
Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.
Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.
We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.