JISR Management Training

Solicitation number W8484-199303/A

Publication date

Closing date and time 2018/11/02 14:00 EDT

Last amendment date


    Description
    Trade Agreement: NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Government Objectives Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Raven ISR Consultancy Ltd
    30/472 Beach Road
    Beaumaris
    Australia
    3193
    Nature of Requirements: 
    
    ADVANCE CONTRACT AWARD NOTICE 
    
    The Department of National Defence has a requirement to update and deliver the following three Joint Intelligence, Surveillance and Reconnaissance (JISR) Management Training courses:  a JISR familiarisation course, a JISR orientation course and a JISR collection operations management (COM) course, as specified below. The purpose of this Advance Contract Award Notice (ACAN) is to signal the government's intention to issue a Standing Offer for these services to preselected supplier:  Raven ISR Consultancy Ltd.  Before issuing a Standing Offer, the government would like to provide other suppliers with the opportunity to demonstrate that they are capable of satisfying the requirements set out in the ACAN, by submitting a statement of capabilities during the posting period.
    
    If other potential suppliers submit a statement of capabilities during the posting period that meet the requirements set out in the ACAN, the government may proceed to a full tendering process on either the government's electronic tendering service or through traditional means, in order to issue the Standing Offer. 
    
    If no other supplier submits, on or before the closing date, a statement of capabilities meeting the requirements set out in the ACAN, a Standing Offer will be issued to the preselected supplier.
    
    Background
    
    Joint Intelligence, Surveillance and Reconnaissance (JISR) is defined as "An integrated intelligence and operations set of capabilities which synchronises and integrates the planning and operations of all collection capabilities with the processing, exploitation and dissemination of the resulting information in direct support of planning, preparation and execution of operations." JISR operations are complex. The core component of the JISR enterprise is collection operations driven by information and intelligence requirements. COM is focused upon generating collection requirements and the subsequent tasking, and command and control of collection resources. Within this context, professionalising the JISR workforce is a Canadian Armed Forces (CAF) critical requirement. 
    
    Objectives
    
    The objectives are to update and deliver the following three JISR Management Training courses in English:  a JISR familiarisation course, a JISR orientation course and a JISR collection operations management (COM) course.
    
    Prior to each course delivery, the content of the training material and course outline must be updated by the Contractor as required to reflect the most recent doctrine, Canadian and Allied operational lessons learned procedures and enabling technology.
    
    The two-day JISR familiarisation course will provide a baseline and fundamental understanding of JISR to senior leadership and decision makers who will likely have no previous JISR experience. This will be delivered in a seminar format and will take the students from minimal understanding to a higher level of familiarisation. Upon completion of the course, students will have a complete familiarisation of JISR at the senior officer level to include the following: JISR Definitions and Concepts; ISR Cycle; Intelligence Requirements Management (IRM); Collection Management; JISR Assets and Sensors; Processing, Exploitation and Dissemination (PED); Communication Information system (CIS); JISR Support to Targeting; and JISR Planning Techniques to include discussions using operational examples.
    
    The five-day JISR orientation course will provide an understanding at the management level for CAF personnel in JISR leadership and supervisory posts to enable students who will likely have no previous JISR experience to take the students from the lowest level of knowledge to more in-depth understanding of JISR. Upon completion of the course, students will have a complete understanding of managing JISR to include the following:  JISR Definitions and Concepts; JISR Definitions and Concepts;   ISR Cycle; Joint Intelligence Preparation of the Operational Environment (JIPOE); IRM; Requests for Information (RFI); Collection Management (CM); JISR Assessments; Intelligence Collection Plan (ICP); Geospatial Intelligence (GEOINT);Signals Intelligence (SIGINT);Open Source Intelligence (OSINT); JIRSR Assets and Sensors; Processing, Exploitation and Dissemination (PED); CIS; JISR Support to Targeting; and JISR Planning Techniques to include a practical exercise. 
    
    The 20-day JISR COM course will provide an understanding at the management level for CAF personnel in JISR leadership and supervisory posts who will likely have minimal JISR COM experience and will be required to bring the students up to basic JISR COM practitioner’s level. Upon completion of the course, students will have led and successfully planned and executed a JISR mission, to include a systematic understanding of the following: JISR Definitions and Concepts; Intelligence, Intelligence Structures and Intelligence Cycle; JISR Cycle; JIPOE; IRM; RFI; Collection Requirements, Management (CRM) and COM; JISR Assessments; Canadian/Allied IRM&CM Process and Examples; ICP; PED; CIS; Open Source Intelligence (including social media); Space - Fundamentals and Applications for JISR; JISR Support to Targeting; Radar Fundamentals and Application; GEOINT Fundamentals, Principles, Sensors and Targets; Technical and Operational Applications of GEOINT; GEOINT Recap; Cyber/CEMA; Electronic Warfare; SIGINT; Technical and Operational Applications of SIGINT; JISR on Deployed Operations; HUMINT; Material and Personnel Exploitation; Land ISR Estimate Process; JISR Planning Techniques to include Practical Application; JISR Planning Techniques - Maritime, Land, Air, and Asymmetric; and JISR Planning Techniques - Land. The course will be delivered with a combination of academic and practical JISR exercises in a simulated and realistic setting.
     
    Applicability of the Trade Agreements to the Procurement 
    
    This procurement is subject to the following trade agreements:  the North American Free Trade Agreement (NAFTA) and the Canadian Free Trade Agreement (CFTA).
    
    Justification for the Pre-Identified Supplier 
    
    The planning and execution of JISR collection operations is complex. The delivery of JISR training (familiarisation, orientation and COM) must be delivered by qualified instructors with a depth of training, education, tactical and operational experience. 
     
    Instructors must be current military professionals or recently retired military professionals (within the last five years prior to the ACAN publication date) who have deployed in war zones in the role of collection operations managing Coalition assets. Instructors must also have a Master’s degree in Intelligence, Surveillance and Reconnaissance (ISR). 
     
    The pre-identified supplier is the only supplier capable of meeting the government’s requirements, the pre-identified supplier developed the training material and has JISR Instructors with JISR tactical and operational experience.  
    Government Contracts Regulations Exception 
    
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) only one person is capable of performing the contract 
    (http://laws-lois.justice.gc.ca/eng/regulations/SOR-87-402/page-2.html#h-6). 
    
    Limited Tendering Reasons
    
    The following limited tendering reasons are invoked under:
    
    NAFTA - Article 1016, paragraph 2(b)
    (https://www.nafta-sec-alena.org/Home/Legal-Texts/North-American-Free-Trade-Agreement?mvid=1&secid=a550e516-c181-49fc-9176-76db29b2969b#A1016).
    
    CFTA - Article 513, paragraph 1(b) (iii) 
    (https://www.cfta-alec.ca/wp-content/uploads/2017/06/CFTA-Consolidated-Text-Final-Print-Text-English.pdf).
    
    Ownership of Intellectual Property 
    
    Canada has determined that any intellectual property rights arising from the performance of the Work under any resulting call-up will belong to Canada, on the following grounds: where the material developed or produced consists of material subject to copyright, with the exception of computer software and all documentation pertaining to that software.
    
    Period of the Proposed Standing Offer 
    
    The proposed Standing Offer is for a period of three years from date of issuance with an irrevocable option to extend the term of the Standing Offer by up to one additional two-year period.
    
    Name of the Pre-identified Supplier:  Raven ISR Consultancy Ltd.
    
    Suppliers' Right to Submit a Statement of Capabilities 
    
    Suppliers who consider themselves fully qualified and available to provide the services described in the ACAN may submit a statement of capabilities in writing by e-mail, as an attachment in either Microsoft Word or Portable Document Format (PDF) to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    Closing Date for a Submission of a Statement of Capabilities 
    
    The closing date and time for accepting statements of capabilities is November 2, 2018 at 2:00 p.m. Eastern Daylight Time.
    
    Inquiries and Submission of Statements of Capabilities 
    
    Inquiries and statements of capabilities are to be directed to:
    
    Diane Reynolds
    Supply Specialist
    Public Works and Government Services Canada
    Acquisitions Branch
    Professional Services Procurement Directorate
    Terrasses de la Chaudière
    10 Wellington, 5th Floor 
    Gatineau, Quebec, K1A OS5
    Telephone: 613-858-8571
    Facsimile: 819-956-2675
    E-mail: Diane.Reynolds@tpsgc-pwgsc.gc.ca
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award.  However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    
    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page.
    
    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
    Reynolds(zh), Diane
    Phone
    (613) 858-8571 ( )
    Email
    diane.reynolds@tpsgc-pwgsc.gc.ca
    Fax
    (819) 956-2675
    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

    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.

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    ,
    National Capital Region (NCR)
    Procurement method
    Non-Competitive
    Selection criteria
    Consulting Services Regarding Matters of a Confidential Nature
    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: